Sie sind auf Seite 1von 186

CONSTRUCTION SPECIFICATIONS

Gold Hill Project


Reclamation Construction

Tooele County, Utah


Summer 2007

AMR/045/915

Requisition Number 560 82000000003

STATE OF UTAH
DEPARTMENT OF NATURAL RESOURCES
Division of Oil, Gas & Mining
Abandoned Mine Reclamation Program
Salt Lake City, Utah Copy of 20

~~~ This is NOT a standard DFCM Specification Package ~~~


STATE OF UTAH
DEPARTMENT OF NATURAL RESOURCES
DIVISION OF OIL, GAS & MINING
ABANDONED MINE RECLAMATION PROGRAM

The Utah Department of Natural Resources receives federal aid and prohibits discrimination on the
basis of race, color, sex, age, national origin, or handicap. For information or complaints regarding
discrimination, contact Executive Director, Utah Department of Natural Resources, P.O. Box
145610, Salt Lake City, Utah 84114-5610 or Office of Equal Opportunity, U.S. Department of the
Interior, Washington, D.C. 20240

Date Completed: June 1, 2007

MS Word Document Filename:


045915_Specs_text.doc Text only (no drawings or maps)

Adobe Acrobat Document Filenames:


045915_Specs_complete.pdf Complete specifications (text, drawings, maps)
045915_Specs_chap0.pdf Cover sheets
045915_Specs_chap1.pdf Chapter 1: Instructions
045915_Specs_chap2.pdf Chapter 2: Proposal And Bid Documents
045915_Specs_chap3.pdf Chapter 3: Contract And Sample Forms
045915_Specs_chap4.pdf Chapter 4: General Technical Specifications
045915_Specs_chap5.pdf Chapter 5: Project-Specific Technical Specifications
045915_Specs_chap6.pdf Chapter 6: Design Drawings
045915_Specs_chap7.pdf Chapter 7: Maps

Master Specs Version: 02/23/07


CONSTRUCTION SPECIFICATIONS

Gold Hill Project


Reclamation Construction

Tooele County, Utah


Summer 2007

AMR/045/915

Requisition Number 560 82000000003

Chapter 1: INSTRUCTIONS
Chapter 2: PROPOSAL and BID DOCUMENTS
Chapter 3: CONTRACT and SAMPLE FORMS
Chapter 4: GENERAL TECHNICAL SPECIFICATIONS
Chapter 5: PROJECT-SPECIFIC TECHNICAL SPECIFICATIONS
Chapter 6: DESIGN DRAWINGS
Chapter 7: MAPS

State of Utah
Department of Natural Resources
Division of Oil, Gas and Mining
Abandoned Mine Reclamation Program
1594 West North Temple, Suite 1210
P.O. Box 145801
Salt Lake City, Utah 84114-5801
(801) 538-5340
(801) 359-3940 fax
http://www.ogm.utah.gov/amr/contract.htm

~~~ This is NOT a standard DFCM Specification Package ~~~


CONSTRUCTION SPECIFICATIONS

Gold Hill Project


Reclamation Construction

Tooele County, Utah


Summer 2007

AMR/045/915

Requisition Number 560 82000000003

Chapter 1: INSTRUCTIONS

Contents
Project Summary and Bidding Check List
Instructions To Bidders
How to Submit a Bid
Contents

CHAPTER 1: INSTRUCTIONS ...................................................................................................................1


CONTENTS ......................................................................................................................................................1
PROJECT SUMMARY AND BIDDING CHECK LIST .............................................................................................3
INSTRUCTIONS TO BIDDERS ............................................................................................................................4
HOW TO SUBMIT A BID ...................................................................................................................................8
CHAPTER 2: PROPOSAL AND BID DOCUMENTS................................................................................1
PROPOSAL.......................................................................................................................................................1
AGENCY CONTRACT BOND STATEMENT.........................................................................................................3
BID BOND .......................................................................................................................................................4
BIDDER'S PROPOSED SUBCONTRACTORS, SUPPLIERS & VENDORS LIST .........................................................5
MINORITY AND WOMAN BUSINESS ENTERPRISE REPRESENTATION ...............................................................7
APPLICANT/VIOLATOR SYSTEM ELIGIBILITY CHECK......................................................................................8
SUMMARY BID SCHEDULE ..............................................................................................................................9
BID SCHEDULE .............................................................................................................................................11
REQUIRED SUBMITTALS................................................................................................................................19
CHAPTER 3: CONTRACT AND FORMS ..................................................................................................1
CONTRACT FORM ...........................................................................................................................................1
GENERAL CONDITIONS ...................................................................................................................................9
PERFORMANCE BOND ...................................................................................................................................27
PAYMENT BOND ...........................................................................................................................................28
CONTRACT CHANGE ORDER .........................................................................................................................29
CERTIFICATE OF SUBSTANTIAL COMPLETION ...............................................................................................31
CERTIFICATE OF FINAL ACCEPTANCE ...........................................................................................................32
DAILY CONSTRUCTION PROGRESS REPORT ..................................................................................................33
CONTRACTOR PERFORMANCE RATING .........................................................................................................34
CHAPTER 4: GENERAL TECHNICAL SPECIFICATIONS ..................................................................1
0200 GENERAL SITE INFORMATION ...............................................................................................................1
0220 MOBILIZATION/DEMOBILIZATION.........................................................................................................7
0230 ACCESS IMPROVEMENTS .......................................................................................................................9
0250 MINE CLOSURES .................................................................................................................................11
0251 CAST-IN-PLACE CONCRETE ................................................................................................................19
0252 CONCRETE REINFORCEMENT ..............................................................................................................23
0253 BAT GATE & SHAFT GRATE INSTALLATION .......................................................................................24
0254 POLYURETHANE FOAM MINE CLOSURES ............................................................................................31
0290 REVEGETATION ..................................................................................................................................41
CHAPTER 5: PROJECT-SPECIFIC TECHNICAL SPECIFICATIONS ...............................................1
0300 SPECIFIC SITE REQUIREMENTS..............................................................................................................1
APPENDIX A: SITE DESCRIPTIONS & MINE CLOSURE SCHEDULE ................................................................11
APPENDIX B: REVEGETATION SEED MIX .....................................................................................................41
CHAPTER 6: DESIGN DRAWINGS ...........................................................................................................1
CHAPTER 7: MAPS ......................................................................................................................................1

1: 1
Project Summary and Bidding Check List
Sealed bids will be received by the Division of Purchasing and General Services (hereinafter
Purchasing), 3150 State Office Building, Salt Lake City, for the Gold Hill Project Reclamation
Construction in Tooele County, Utah. Bids will be received until 2:00 P.M. on Wednesday, June 20,
2007, at which time they will be opened and read aloud in the Division of Purchasing offices. The
Division of Purchasing prefers that bids be submitted electronically, but paper bids may be
submitted as in the past.

The WORK consists of reclamation construction at abandoned hardrock metal mines located in
western Tooele County, Utah. The work includes installing mine closures and includes incidental
tasks such as access improvement and revegetation of disturbed areas. Details of the WORK are
contained in the Specifications.

Printed specifications may be obtained from the Division of Oil, Gas, and Mining, 1594 West North
Temple, Suite 1210, Salt Lake City, for a nonrefundable fee of twenty dollars ($20.00). Checks
should be made payable to the Division of Oil, Gas and Mining. Electronic specifications are
available online at no charge through the RFP Depot website (www.rfpdepot.com).

AN OPTIONAL PRE-BID MEETING WILL BE HELD FOR ALL BIDDERS ON MONDAY, JUNE
11 AT 11:00 A.M. Meet at the BLM historical sign in the town of Gold Hill. The meeting is expected
to last 2-3 hours and will involve driving and hiking over rugged terrain. High clearance four-wheel-
drive vehicles are recommended. This meeting is optional. Because of the special nature of
abandoned mine closure work, bidders are strongly encouraged to attend the pre-bid meeting.

Questions about bidding procedures should Technical questions about the project should
be directed to the Division of Purchasing. be directed to the project manager at the
Contact person is Paul Mash, Purchasing Division of Oil, Gas and Mining. Contact
Agent. person is:
Bids should be delivered to:
Chris Rohrer, Project Manager
Division of Purchasing Division of Oil, Gas and Mining
3150 State Office Building 1594 West North Temple, Suite 1210
Salt Lake City, Utah 84114 Box 145801
(801) 538-3026 Fax: (801) 538-3882 Salt Lake City, Utah 84114-5801
(801) 538-5322 Fax: (801) 359-3940
E-mail: chrisrohrer@utah.gov

The following is a check list of items that must be provided with the bid documents:
□ Division of Purchasing bid documents (Invitation to Bid and any other required documents)
□ Proposal
□ Agency Contract Bond Statement
□ Bid Security (Bid Bond or Cashier's Check)
□ Minority and Woman Business Enterprise Representation
□ Bid Schedule
□ Required Submittals
□ Photocopy of current Utah Contractor's License (paper bids only)

The following items are required within 24 hours after bid opening from the apparent two low
bidders only. They may be submitted with the bid at the bidder's option or convenience.
□ Bidder's Proposed Subcontractors, Suppliers & Vendors List
□ AVS Eligibility Check information: AML Contractor Ownership & Control Information Package

Bids must be delivered to the Division of Purchasing only. Do NOT deliver bids to DOGM.

1: 3
Instructions To Bidders
1. Request for Bids

The Utah Division of Purchasing is accepting bids for the Gold Hill Project. The WORK consists of
186 mine closures and revegetation of disturbed areas at abandoned hardrock metal mines in
western Tooele County, Utah. Details of the WORK are contained in these Specifications.
Electronic or sealed paper bids are due on Wednesday, June 20, no later than 2:00 P.M., at
which time they will be opened and read aloud at the Division of Purchasing's office.

2. Drawings and Specifications

Printed specifications and drawings may be obtained from the Division of Oil, Gas and Mining for
the amount stated in the Project Summary and Checklist. Checks should be made payable to the
Utah Division of Oil, Gas & Mining. The payment is nonrefundable.

Electronic specifications are available online at no charge through the RFP Depot website
(www.rfpdepot.com). Electronic specifications are no longer available from the Division of Oil, Gas
and Mining website.

The Division of Purchasing has additional bid documents (cover sheet, Invitation to Bid form,
instructions, Standard Terms and Conditions, etc.) besides those in the Division of Oil, Gas and
Mining’s printed or electronic project specifications. Also, please note that electronic specifications
may be organized into more than one file. Bidders should make sure that they have the entire bid
package and all necessary bid documents before bidding.

3. Pre-bid Meeting

An optional pre-bid site meeting will be held for all interested bidders on Monday, June 11 at
11:00 A.M. Meet at the BLM historical sign in the town of Gold Hill. The meeting is expected to last
2-3 hours and will involve driving and hiking over rugged terrain. High-clearance four-wheel-drive
vehicles are recommended.

This meeting is optional. Attendance is not required to bid, but attendance should result in a more
responsible bid. Abandoned mine closure work is different from standard residential or commercial
construction. It requires specialized work in unusual conditions and unique circumstances.
Because of the special nature of abandoned mine closure work, bidders are strongly encouraged to
attend the pre-bid meeting. If attendance at the meeting is not possible, bidders should make
every effort to examine the project on their own time. Abandoned mines are hazardous. Do not
enter the mines.

4. Contract and Bond

The contract agreement will be on a form similar to that which is provided in the specifications. The
completion date of construction will be as indicated in the proposal. The successful bidder, within
14 days after the bid opening, will be required to furnish a performance bond and a payment bond
in an amount equal to one hundred percent (100%) of the contract price, said bonds shall be
secured from a company satisfactory to OWNER. The surety company must be a U.S.
Department of Treasury (Circular 570) listed company.

5. Qualifications of Bidders

All CONTRACTORS must be currently licensed in Utah for the type of work to be done. Bidders
shall submit documentation of their current Utah license covering the type of work to be done with
their bid (license number for electronic bids or photocopy of license for paper bids).

The CONTRACTOR's past performance, organization, equipment, and ability to perform and
complete their contracts in the manner and within the time limit specified will be elements that,

1: 4
along with the cash amount of the bid, will be considered by the OWNER in the letting of the
CONTRACT. All CONTRACTORS who have previously performed WORK on a Utah Abandoned
Mine Reclamation Program (UAMRP) project have been evaluated based on the Contractor
Performance Rating Form (Chapter 3). A rating of ten points or more is required to bid on this
project.

6. Qualifications of Subcontractors

The experience and responsibility of Subcontractors may have bearing on the selection of a
CONTRACTOR by the OWNER. The CONTRACTOR shall require all of his or her Subcontractors
to comply with the license laws as required by the State of Utah.

The Subcontractor's past performance, organization, equipment, and ability to perform and
complete their contracts in the manner and within the time limit specified will be elements that,
along with the cash amount of the bid, will be considered by the OWNER in the letting of the
CONTRACT. A rating of ten points or more on the Contractor Performance Rating Form (Chapter
3) is required for any Subcontractor who has previously performed WORK on a UAMRP project.

OWNER may withhold award of CONTRACT to any particular bidder if one or more of his or her
proposed Subcontractors are considered by the OWNER to be unqualified.

7. Listing of Subcontractors

The apparent two low bidders shall deliver to OWNER within 24 hours (excluding Saturday,
Sunday, and State holidays) for OWNER's approval, a list of the names of Subcontractors to be
furnished for each of the principal parts of the work and the corresponding dollar amounts. Each
principal part shall mean a subcontract dollar value in excess of $5,000. A form for this submission
is included in these Specifications. Such list shall be binding upon the CONTRACTOR; however,
OWNER has a right to reject any or all Subcontractors listed or unlisted which OWNER feels are
unqualified to do the work.

8. Interpretation of Plans and Specifications

If any person contemplating submitting a bid for the proposed CONTRACT is in doubt as to the true
meaning of any part of the drawings, specifications or other proposed CONTRACT documents, he
or she may submit a written request for an interpretation thereof through the RFP Depot system.
ALL questions concerning this bid must be submitted through the RFP Depot system (follow the “Q&A”
links and click the “Create New Question” button.). Only answers issued through the RFP Depot system
or issued via an authorized and properly issued addendum shall be the official position of the OWNER.
The OWNER will not be responsible for any other explanations or interpretations of the proposed
documents.

9. Addenda or Bulletins

Any addenda or bulletins issued during the time of bidding shall become part of the documents
issued to the bidders for the preparation of the bid, shall be covered in the bid, and shall be made a
part of the CONTRACT. Only answers issued through the RFP Depot system or issued via an
authorized and properly issued addendum shall be the official position of the OWNER.

10. Bid Schedule

Bidding CONTRACTORS shall examine the specifications and the Bid Schedule and fill in all
blanks of the CONTRACTOR's Proposal and Bid Schedule and submit all required information
contained in the Specifications Schedule, including required submittals, or have the bid subject to
disqualification.

1: 5
11. Bid Security

Bid Security in the amount of five percent (5%) of the bid, made payable to the Division of Oil, Gas
& Mining, shall accompany bid. If a certified or cashier's check is used in lieu of bid bond, a current
certificate from an approved surety company guaranteeing execution of a 100% Performance Bond
and 100% Payment Bond must be on file with the OWNER.

12. Award of CONTRACT

The CONTRACT will be awarded as soon as possible to the lowest responsible bidder, provided
the bid is reasonable and is in the interests of the OWNER to accept. Responsible bidders will be
considered to be those bidders who have fully evaluated the work to be performed, as detailed in
their bids. For bidders who have previously performed WORK on a UAMRP project, evaluation of
the responsibility of the bidder will also include consideration of past performance on AMR
contracts for OWNER. Both the Lump Sum Amount and the Variation in Quantities Unit Price for
all work items will be considered in awarding the CONTRACT. Lump Sum Amounts do not have to
equal the product of the estimated quantity times the Variation in Quantity Unit Price, but OWNER
may reject a bid if unit prices are substantially out of line with the Lump Sum Amount. The
OWNER reserves the right to waive any technicalities or formalities in any bid or in the bidding.

13. Cost Breakdown

The CONTRACTOR shall, before starting WORK, submit to OWNER a cost breakdown showing
the cost of various segments of the WORK according to a specification heading, the total amount
equaling the CONTRACT price. This breakdown shall be used as the basis for the payment of
estimates as stated in the contract documents.

14. Right to Reject Proposals

The OWNER reserves the right to reject any or all proposals.

15. Time is Essence and Award of CONTRACT

Time is of the essence in award of the CONTRACT.

16. Withdrawal of Bids

Bids may be withdrawn upon written or electronic request received from bidders prior to the time
fixed for opening. Electronic request via fax or e-mail must be received by OWNER in written form
before bid opening. Negligence on the part of the bidder in preparing the bid confers no right for
the withdrawal of the bid after it has been opened.

17. Applicant Violator System (AVS) Eligibility Check

Federal regulations (30 CFR 874.16) effective July 1, 1994, require all successful bidders on
contracts funded through Title IV of the Surface Mining Control and Reclamation Act (SMCRA) of
1977 to be eligible under 30 CFR 773.15(b)(1) to receive a permit to conduct surface coal mining
operations. In general, this means that the Utah Abandoned Mine Reclamation Program may not
hire a contractor who is or whose company is associated with a coal mine operator with
outstanding unabated violations under SMCRA. The regulations further require that contractor
eligibility be confirmed by the Applicant/Violator System (AVS) at the U.S. Office of Surface Mining
(OSM). Compliance checks are also required for all subcontractors receiving 10% or more of the
total contract amount.

18. Buy American Act

Compliance with the Buy American Act is required for this project. The Buy American Act requires
the use of domestically produced materials.

1: 6
19. Electronic Data Available

OWNER may have other electronic data besides that available from the RFPDepot. Such files may
include the text of the Contract Specifications as a Microsoft Word 2000 document file, a
spreadsheet with the Appendix A mine descriptions and closure specifications (as an Excel *.xls
file), and digital photographs. The spreadsheet file may be especially useful in preparing a bid
because it can automate the arithmetic. Any questions regarding digital data should be directed to
Chris Rohrer, 801-538-5322, e-mail: chrisrohrer@utah.gov.

1: 7
How to Submit a Bid
The Utah Division of Purchasing has partnered with a private concern, RFP Depot LLC, to facilitate
electronic bid solicitations and submissions. Purchasing prefers electronic bidding, but sealed
paper bids may still be submitted as in the past. RFP Depot provides a secure means of notifying
bidders of solicitations and for bidders to submit bids. There is no charge to use RFP Depot, but
registration is required.

Before submitting a proposal, each bidder shall carefully examine the drawings, specifications and
other contract documents and shall visit the site of the WORK; shall fully inform himself or herself
as to all existing conditions and limitations; and shall include in the proposal the cost of all items
included in the CONTRACT.

Electronic Bids

Full instructions for electronic bidding are provided at the RFP Depot website. Additional
assistance is available from the RFP Depot Vendor Support Department (800-990-9339).

Use the bid forms at the RFP Depot instead of the forms provided in this specification package.
The process is intended to be as simple as submitting a paper bid. Required fields will be
indicated, so it is impossible to submit a bid if a required field is not filled in. A bid submission
session be stopped, saved, revised, and resumed later. Bids can be revised at any time up until
the closing time, even after they have been submitted.

Required Submittals: Responses to the requested information may be entered directly in the fields
or submitted as attached files. Follow the instructions at the RFP Depot for attaching files. Text
submittals may be submitted as word processing files (e.g. MS Word *.doc files, WordPerfect *.wpd
files, MS Notepad *.txt files, etc.) or as Adobe Acrobat *.pdf files. Images and non-digital
documents, such as copies of manufacturer’s data sheets (MSDS, test specs, etc.), required for
some submittals need to be scanned and converted to electronic files. They may be submitted as
image files (e.g. *.jpg, *.bmp, *.tif file formats) or as Adobe Acrobat *.pdf files.

Addenda: The acknowledgement of receipt of addenda on the Proposal form is handled


automatically by the RFP Depot based on the bidder’s record of opening addenda posted on the
website.

Contractor’s License: It is not necessary to scan and attach a copy of the bidder’s contractor’s
license because the license number, class, and expiration date have already been entered in the
electronic submission. The validity of the license will be verified with the Division of Occupational
and Professional Licensing after submission.

Bid Security: A bid security in the amount equal to at least 5% of the bid is required. Bid securities
may be submitted one of four ways:
1) scan the bid security documents to an electronic file and upload it to the RFP Depot
2) deliver the security in person
3) deliver the security by mail
4) deliver the security by fax (801-538-3882)
When submitting in person, by mail, or by fax, the bid security must be delivered prior to the bid
due date and time and the bid number must be included. The address for hand or mail delivery is:
Division of Purchasing, 3150 State Office Building, Capitol Hill, Salt Lake City, Utah 84114.

The special paper used for original bond forms may show a “VOID” watermark or similar security feature
when the bond is scanned or faxed. This is acceptable. The validity of the bond will be verified after
submission.

1: 8
Sealed Paper Bids

The pages required by OWNER for bidding are included in these specifications as Chapter 2. The
pages may also be printed from the electronic versions of the specifications. (In bound
specifications printed by the OWNER, the required sheets are printed on yellow paper to help
identify them, but they need not be.) The bidder must submit the Proposal, Agency Contract Bond
Statement, Bid Bond, Minority and Woman Business Enterprise Representation, Bid Schedule,
Required Submittals, and a photocopy of Utah contractor's license, along with the required Division
of Purchasing bid documents (e.g. Invitation to Bid form). The pages in Chapter 2 do not include
the separate bid documents required by the Division of Purchasing; they may be downloaded from
the RFP Depot or obtained from the Division of Purchasing. Written bids will be considered only if
submitted on the forms provided by the Division of Purchasing.

Addenda: All interpretations and clarifications of the bid are made through the RFP Depot system.
Bidders using specifications obtained from the OWNER or downloaded from the RFP Depot should
check for questions and answers at the RFP Depot website before submitting their bids.

CONTRACTOR shall fill out all blanks and include all forms and submittals, or be subject to having
the bid disqualified. (See the checklist of bid items on page 1: 3).

Paper bids must be signed in ink, sealed in a properly addressed envelope, and delivered to the
Division of Purchasing, 3150 State Office Building, Capitol Hill, Salt Lake City, UT 84114-1061 by
the "Due Date and Time." The "Bid Number" and "Due Date" must appear on the outside of the
envelope.

Deliver proposals to the Division of Purchasing only. Do not deliver proposals to DOGM.

All prices and notations must be in ink or typewritten. Each item must be priced separately. Unit
prices shall be shown and a total price shall be entered for each item bid. Errors may be crossed
out and corrections printed in ink or typewritten adjacent and must be initialed in ink by the person
signing the bid. Bids, modifications, or corrections received after the closing time on the "Due
Date" will be considered late and handled in accordance with the Utah Procurement Rules, section
R33-3-109. Facsimile transmission of bids to the Division of Purchasing will not be considered.

1: 9
1: 10
CONSTRUCTION SPECIFICATIONS

Gold Hill Project


Reclamation Construction

Tooele County, Utah


Summer 2007

AMR/045/915

Requisition Number 560 82000000003

Chapter 2: PROPOSAL and BID DOCUMENTS

Proposal
Agency Contract Bond Statement
Bid Bond
Bidder's Proposed Subcontractors, Suppliers & Vendors List
Minority And Woman Business Enterprise Representation
Applicant/Violator System Eligibility Check
Summary Bid Schedule
Bid Schedule
Required Submittals
Proposal
Gold Hill Project

NAME OF BIDDER________________________________________ DATE ______________

TO THE DIVISION OF PURCHASING Re: RX No: 560 82000000003


3150 STATE OFFICE BUILDING
SALT LAKE CITY, UTAH 84114

Gentlemen:

The undersigned, in compliance with your invitation for bids for the

Gold Hill Project Reclamation Construction

having examined the Drawings and Specifications, related documents, and the site of the proposed
work and being familiar with all of the conditions surrounding the construction of the proposed
project, including the availability of labor, hereby propose to furnish all labor, materials, and
supplies as required for the WORK in accordance with the CONTRACT documents as specified
and within the time set forth and at the price stated below. This price is to cover all expenses
incurred in performing the WORK required under the CONTRACT Documents of which this
Proposal is a part. Negotiation of BID PRICE shall be completed with the OWNER prior to final
execution of the CONTRACT.

I/We acknowledge receipt of the following addenda: __________ (paper bids only)

For all WORK shown on the Drawings and described in the Specifications, I/we agree to perform
for the sum of:

______________________________________________________ DOLLARS ($_____________)


(In case of discrepancy, written amount shall govern)

I/We guarantee to complete the WORK within 75 calendar days after receipt of Notice to
Proceed, should I/we be the successful bidder.

This bid shall be good for 45 days after bid opening.

Enclosed is _____________, as required, in the sum of $____________________


(Bond or Check)

Upon receipt of notice of acceptance of this bid, the undersigned agrees to execute the
CONTRACT within five (5) days and deliver OWNER's protective bond (performance and bid) in
the prescribed form in the amount of 100% of the general construction contract price for faithful
performance of the CONTRACT. The certified check, cashier's check or Bid Bond attached, in the
amount not less than five percent (5%) of the above BID PRICE, shall become the property of the
Division of Oil, Gas & Mining in the event that the CONTRACT is not negotiated and/or the
OWNER's Protective Bond delivered within the time set forth, as liquidated damages for the delay
and additional expense caused thereby.

If applicable, the CONTRACTOR shall certify that all reclamation fees or civil penalty assessments
required by the provision of the Surface Mining Control and Reclamation Act of 1977, P.L. 95-87,
30 U.S.C. Sec 1201 et seq., have been paid. Provided further, this certification requirement shall
also apply to all Subcontractors utilized by the successful bidders.

2: 1
PROPOSAL
Page 2

SUBSTITUTIONS AND ALTERNATIVES:

For your consideration, I/we further propose the following alternative WORK plan, substitutions
and/or alternatives of materials and/or equipment, or alternative schedule with the resulting
indicated total amounts to be added to or deducted from the above bid amount, should I/we be the
successful bidder:

Item Manufacturer and Description Addition Deduction

___________ ___________________________________ $____________ $____________

___________ ___________________________________ $____________ $____________

___________ ___________________________________ $____________ $____________

___________ ___________________________________ $____________ $____________

Completion Time: ____________ Additional Calendar Days $____________

Bidder shall attach explanatory comments as needed.

The undersigned CONTRACTOR's License Number for Utah is: ___________________________

Type of Organization:

_________________________________ ______________________________________
(Corporation, Co-Partnership, Individual, etc.) (Tax ID No.)

SEAL Respectfully submitted,


(If a Corporation)
______________________________________
Name of Bidder

______________________________________
Address

______________________________________
Authorized Signature

2: 2
STATE OF UTAH
Division of Purchasing
Agency Contract Bond Statement

BIDDING REQUIREMENTS

A 5% bid bond or cashier's check is required by all vendors bidding on this project. The
bid bond must be attached to bid or it will be disqualified. Checks submitted will be returned
certified mail after an official award has been made.

AWARD REQUIREMENTS

A 100% performance/payment bond will be required from the award vendor within 14 days
after notification of award. Bonds must be in the form of a cashiers check (no personal or business
checks) or a surety bond from a licensed surety company doing business in the State of Utah.

Performance/payment bonds (or checks) will be held as security for a period of 12


months after completion of project, per state law. Checks submitted will be returned certified
mail only after this specified time. Bidder's name must be the same on both the bid forms and all
bonds submitted.

Please indicate which method of bonding will be used if awarded this job:

_____ 100% CASHIERS CHECK

_____ 100% PERFORMANCE/PAYMENT BOND

Bond/Ins Company ___________________________________________

Agent Name ___________________________________________

Fax # _________________________ Phone # _________________________

Upon awarding, the requesting agency will fax a verification to the bonding company listed
above to start the bonding process. It is then the responsibility of the vendor to follow through with
their bonding agent to assure the bond is processed. After the bonding company sends the bond
to vendor for signatures, it is the responsibility of the vendor to mail or hand carry the original bond
(no copies or faxes accepted) to the requesting agency, to the attention of the contract person
listed on the bid. No work can commence until the requesting agency has receipt of this
performance/payment bond. After this time the contract will be officially released to the award
vendor.

2: 3
Bid Bond

Date Bond Executed

Principal

Surety

Sum of Bond

KNOW ALL MEN OF THESE PRESENTS, that we, the PRINCIPAL AND SURETY above named, are held and firmly bound
unto the STATE OF UTAH, ACTING BY AND THROUGH THE DIVISION OF OIL, GAS AND MINING OF UTAH, IN THE
SUM OF THE AMOUNT STATED ABOVE, FOR THE PAYMENT OF WHICH SUM WELL AND TRULY TO BE MADE, we
bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE
CONDITION OF THIS OBLIGATION IS SUCH that whereas the principal has submitted the accompanying bid, dated as
shown above, for

NOW THEREFORE, THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that if the said principal shall execute a
CONTRACT and give bond to be approved by the Obligee for the faithful performance thereof within ten (10) days after
being notified in writing of such CONTRACT to the principal, this obligation shall then be null and void; otherwise it shall
remain in full force and effect.

IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their several seals on the date
indicated above, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed
by its undersigned representative, pursuant to authority of its governing body.

Individual or Partnership Principal Corporate Principal

Business Address Business Address

By: Affix
Corporate
Seal
Title

NOTE: If certified or cashier's Corporate Surety


check is used in lieu of Bid Bond, a
Business Address
certificate from an approved surety
company guaranteeing execution of
a full performance bond must
accompany bid.
By: Affix
Corporate
Seal
Attorney-in-Fact

STATE OF UTAH )
COUNTY OF SALT LAKE )

, being first duly sworn on oath, deposes and says that he/she is the
Attorney-in-Fact of the above-named Surety Company, and that he/she is duly authorized to execute the same and has
complied in all respects with the laws of Utah in reference to becoming sole surety upon bonds, undertakings and
obligations.

Subscribed and sworn to before me this day of , 20 .

My commission expires .
Attorney-in-Fact

2: 4
Bidder's Proposed Subcontractors, Suppliers & Vendors List
Gold Hill Project

We submit the following list of first-tier subcontractors, suppliers and vendors for OWNER approval.
We recognize this list as binding on us, and acknowledge OWNER'S right to reject any or all
subcontractors, suppliers or vendors listed or unlisted which the OWNER feels are unqualified to
do the work.

STATE
CONTRACT LICENSE
SUBCONTRACTOR CONTRACTOR'S
AMOUNT LIMIT
LICENSE NO

Excavation:

Concrete Fabrication:

Masonry:

Demolition:

Steel Fabrication:

Revegetation:

Trucking/Transport:

Polyurethane Foam Installation:

Other:

Other:

Other:

2: 5
BIDDER'S PROPOSED SUBCONTRACTORS, SUPPLIERS & VENDORS LIST
Page 2

SUPPLIER/VENDOR AMOUNT PRODUCT

Ready-Mix:

Cement/Block:

Steel:

Polyurethane Foam Supplies:

Seed:

Other:

Other:

We certify that:
1. This list includes all subcontractors, suppliers and vendors whose bids exceed $5,000 (for
prime contractor bids less than $250,000) or $25,000 (for prime contractor bids of $250,000 or
more).
2. Where we have listed "Self" it is our intent to perform said work and that we generally and
regularly perform that type of work, and are appropriately licensed.
3. Any approved change in sub-bidders, suppliers or vendors which results in a lower contract
price for sub-bid work shall accordingly reduce the total sum of the prime contract.

Signed by: _____________________________________________

Title: _____________________________________________

Firm: _____________________________________________

Date: _____________________________________________

Note: Failure to submit this form properly completed and signed within 24 hours (not including
Saturday, Sunday, or State holidays) of the bid opening may be grounds for OWNER'S refusal to
enter into a written CONTRACT with BIDDER. Action will be taken against BIDDER'S bid bond or
cashier's check as deemed appropriate by OWNER. Timely notice of unacceptable
subcontractors, suppliers or vendors will be given to the BIDDER. Reporting of subcontractors
may be required for conformance with 63A-5-208 UCA.

2: 6
Minority And Woman Business Enterprise Representation
Gold Hill Project

The offeror represents that it [_]is [_]is not a minority business enterprise.

A minority business enterprise is defined as a concern that:

1) is at least 51 percent owned by one or more individuals who are socially and
economically disadvantaged, or a publicly owned business having at least 51
percent of its stock owned by one or more individuals who are socially and
economically disadvantaged individuals; and
2) has its management and daily business controlled by one or more such individuals.

Qualified groups. The offeror shall presume that socially and economically disadvantaged
individuals include Black Americans, Hispanic American, Native Americans, Asian-Pacific
American, Asian-Indian Americans, and other individuals found to be qualified by the Small
Business Administration under 13 CFR 124.l.

The offeror represents that it [_]is [_]is not a woman business enterprise.

A woman business enterprise is defined as a concern that:

1) is at least 51 percent owned by one or more women, or a publicly owned business


having at least 51 percent of its stock owned by one or more women; and
2) has its management and daily business controlled by one or more of the women
owners.

Business firms that are 51 percent owned by minorities or women, but are in fact managed and
operated by non-minority individuals do not qualify as minority or woman business enterprises.

The offeror represents that the following proposed subcontractor(s) is (are) a minority or woman
business enterprise:

_______________________________________

_______________________________________

Signed by: _____________________________________________

Title: _____________________________________________

Firm: _____________________________________________

Date: _____________________________________________

This information is requested for Federal reporting purposes only. Minority/woman status has no bearing on the selection of a contractor.

2: 7
Applicant/Violator System Eligibility Check

Federal regulations (30 CFR 874.16) effective July 1, 1994, require all successful bidders on
contracts funded through Title IV of the Surface Mining Control and Reclamation Act (SMCRA) of
1977 to be eligible under 30 CFR 773.15(b)(1) to receive a permit to conduct surface coal mining
operations. In general, this means that the Utah Abandoned Mine Reclamation Program may not
hire a contractor who is or whose company is associated with a coal mine operator with
outstanding unabated violations under SMCRA. The regulations further require that contractor
eligibility be confirmed by the Applicant/Violator System (AVS) at the U.S. Office of Surface Mining
(OSM). Compliance checks are also required for all subcontractors receiving 10% or more of the
total contract amount.

To comply with these rules, prospective bidders must provide the Division of Oil, Gas and Mining
with information on the ownership and control of the firm for AVS review. A bidder must receive a
recommendation of "Issue" or "Conditional Issue" from the OSM AVS office to be awarded the
contract.

The two apparent low bidders shall submit to DOGM within 24 hours (excluding weekends and
holidays) of the bid opening either a notarized copy of the "AML Contractor Ownership and Control
Information Package" or else a copy of the "AML Contractor Ownership and Control Data
Certification" updating and certifying previously submitted information. DOGM will provide forms
for these submissions or you may download from the Internet at http://www.avs.osmre.gov. DOGM
will submit the ownership and control information to OSM for AVS review. OSM's review will be
completed within 72 hours if the ownership and control data entry is complete.

Bidders may choose to submit the required information prior to submitting the bid proposal in order
to facilitate data entry by OSM and expedite the AVS review and contract award process. Forms
may be obtained from DOGM.

The following information is required for the "AML Contractor Ownership and Control Information
Package":

● Contractor's identity (name, address, telephone, Social Security number, Employee ID


number).

● Contractor's legal structure (sole proprietorship, partnership, corporation).

● Identities (name, address, telephone, SSN, EIN, % ownership) of every officer, general
partner, shareholder ($10% voting stock), director, or other controlling entity.

● Identities of parties with the authority to commit the assets of the firm.

● Identities of other relationships that give direct or indirect authority over the execution of
the work.

● List (name, address, permit number, MSHA number) of all permits issued in the last five
years to or pending permit applications for coal mining operations by any parties identified
above.

● All of the above information for any subcontractor with $10% of the contract amount.

2: 8
Summary Bid Schedule
Gold Hill Project

Bid Item Lump Sum Amount

MINE CLOSURE CONSTRUCTION $_______________


(Carried over from Mine Closure Construction Bid Schedule, page 2:18)

MOBILIZATION/DEMOBILIZATION $_______________

INSURANCE $_______________

BONDS (see note below) $_______________


Variation in Contract Bond Rate: __________%

TOTAL CONTRACT BID PRICE $_______________

TOTAL CONTRACT BID PRICE WRITTEN:

______________________________________________________________________________

______________________________________________________________________________

Signed by: _____________________________________________

Title: _____________________________________________

Firm: _____________________________________________

Date: _____________________________________________

By the above signature I/we acknowledge that I/we have examined the site conditions and have
made the measurements and evaluations necessary to plan and bid the WORK.

Notes:
The "Variation in Quantity Unit Price" on the Bid Schedule will be used for adjustments to the
CONTRACT amount where the actual WORK quantity varies by more than 15% from the estimated
quantity listed in the Bid Schedule (see Supplemental General Condition No. 6: Variation in
Estimated Quantities). The "Variation in Quantity Unit Price" will also be used as the basis for
determining costs for tasks not currently specified in the WORK that may be added in the future by
change order.

The "Variation in Contract Bond Rate" will be used to adjust the Lump Sum Amount for bonds
when the CONTRACT amount changes (see Section 0200, Part 5.01.D).

Award of CONTRACT will be based on consideration of both the base "Bid Price" and the
"Variation in Quantity Unit Price" for additional/reduced WORK.

2: 9
Mine Closure Construction Bid Schedule
Gold Hill Project
Sites are listed here in the same sequence as they are listed in the Mine Closure Schedule in
Chapter 5, Appendix A, that is, sorted by tag number. Sites inventoried as “closed” sites (HC, VC,
PT, PR, etc.) with no mine closure specified are not included in the Bid Schedule.

Estimated quantities for the component parts of the eight PUF closures and the two COMPOUND
closures are provided in the “Estimated Quantity” column as a reminder of the work required, but
these closures should be bid as a single lump sum in the “Bid Price Amount” column. Because of
the mix of materials and tasks required for these lump sum closure items, there is no single
“Variation in Quantity Unit Price” for them. For PUF closures, provide unit prices for the component
parts in the table provided at the end of the Mine Closure Construction Bid Schedule to be used for
price adjustments, if needed. For COMPOUND closures, price adjustments will be made, if
necessary, using unit prices for comparable work.

Revegetation is required at mine closure locations, but is considered incidental to the mine closure
task. Costs for revegetation of mine closure locations should be incorporated into the mine closure
bid. No separate bidding or payment will be made for mine closure revegetation.

Award of CONTRACT will be based on consideration of both the base "Bid Price Amount" and the
"Variation in Quantity Unit Price" for additional/reduced WORK.

Variation in
Estimated Bid Price
Site ID/Tag No. Specified Closure Quantity
Quantity Amount
Unit Price

3071729HO001 BACKFILL (Hand) 28 cy $ $ /cy

3071729HO002 None na $ 0.00 na

3071729VO001 BACKFILL (Equip) 60 cy $ $ /cy

3071730HO001 BACKFILL (Equip) 25 cy $ $ /cy

3071730HO002 None na $ 0.00 na

3071730HO003 BAT GATE 30 sf $ $ /sf


548 cf
see table
3071730VO001 PUF/CMP 27 cf $
below
24” CMP
3071730VO002 BACKFILL (Equip) 25 cy $ $ /cy

3071730VO003 BACKFILL (Equip) 30 cy $ $ /cy

3071730VO004 REBAR GRATE 255 sf $ $ /sf

3071730VO005 REBAR GRATE 110 sf $ $ /sf


105 sf
COMPOUND:
3071730VO006 27 cf $ na
Grate/PUF/BF(Eq)
10 cy
3071730VO007 REBAR GRATE 48 sf $ $ /sf
COMPOUND: 64 sf
3071730VO008A $ na
Wall/BF (Equip) 50 cy

2: 11
Mine Closure Construction Bid Schedule
Gold Hill Project

Variation in
Estimated Bid Price
Site ID/Tag No. Specified Closure Quantity
Quantity Amount
Unit Price
3071730VO008B BACKFILL (Equip) 30 cy $ $ /cy

3071731HO001 BACKFILL (Equip) 140 cy $ $ /cy

3071731HO002 BAT GATE 42 sf $ $ /sf

3071731HO003 BACKFILL (Hand) 8 cy $ $ /cy

3071731HO004 BAT GATE 30 sf $ $ /sf

3071731HO005 WALL (Stone) 16 sf $ $ /sf

3071731HO006 BACKFILL (Equip) 7 cy $ $ /cy

3071731HO007 BACKFILL (Equip) 25 cy $ $ /cy

3071731HO008 None na $ 0.00 na

3071731HO009 None na $ 0.00 na

3071731HO010 WALL (Block) 36 sf $ $ /sf

3071731HO011 WALL (Stone) 42 sf $ $ /sf

3071731HO012 WALL (Block) 30 sf $ $ /sf

3071731HO013 BACKFILL (Equip) 25 cy $ $ /cy

3071731IO001 BACKFILL (Equip) 30 cy $ $ /cy

3071731IO002 REBAR GRATE 56 sf $ $ /sf

3071731PT002 BACKFILL (Equip) 15 cy $ $ /cy

3071731PT003 BACKFILL (Equip) 30 cy $ $ /cy

3071731VO001 BACKFILL (Equip) 400 cy $ $ /cy

3071731VO002 REBAR GRATE 135 sf $ $ /sf

3071731VO003 BACKFILL (Equip) 15 cy $ $ /cy

3071731VO004 BACKFILL (Equip) 25 cy $ $ /cy

3071731VO005 BACKFILL (Equip) 25 cy $ $ /cy

3071731VO006 BACKFILL (Equip) 60 cy $ $ /cy


686 cf see table
3071731VO007 PUF $
30 cf below
3071731VO008 BACKFILL (Equip) 20 cy $ $ /cy

3071731VO009 BACKFILL (Equip) 225 cy $ $ /cy

3071731VO010 BACKFILL (Equip) 30 cy $ $ /cy

3071731VO011 BACKFILL (Equip) 40 cy $ $ /cy

2: 12
Mine Closure Construction Bid Schedule
Gold Hill Project

Variation in
Estimated Bid Price
Site ID/Tag No. Specified Closure Quantity
Quantity Amount
Unit Price
3071731VO012 BACKFILL (Equip) 115 cy $ $ /cy
330 cf see table
3071731VO013 PUF $
30 cf below
3071731VO014 BACKFILL (Equip) 1000 cy $ $ /cy

3071731VO015 BACKFILL (Equip) 10 cy $ $ /cy

3071731VO016 BACKFILL (Equip) 6 cy $ $ /cy

3071731VO017 None na $ 0.00 na

3071731VO018 BACKFILL (Equip) 50 cy $ $ /cy

3071731VO019 REBAR GRATE 56 sf $ $ /sf

3071731VO020 BACKFILL (Hand) 22 cy $ $ /cy

3071731VO021 BACKFILL (Hand) 4 cy $ $ /cy

3071731VO022 BACKFILL (Equip) 200 cy $ $ /cy

3071731VO023 BACKFILL (Equip) 65 cy $ $ /cy

3071733VO001 BACKFILL (Equip) 16 cy $ $ /cy

3071733VO002 BACKFILL (Equip) 8 cy $ $ /cy

3071733VO003 BACKFILL (Equip) 20 cy $ $ /cy

3071733VO004 BACKFILL (Equip) 100 cy $ $ /cy

3071733VO005 BACKFILL (Equip) 16 cy $ $ /cy

3071733VO006 BACKFILL (Equip) 70 cy $ $ /cy


322 cf
see table
3071733VO007 PUF/CMP 19 cf $
below
24” CMP
3071836HO001 BACKFILL (Equip) 15 cy $ $ /cy

3071836IO001 BACKFILL (Equip) 55 cy $ $ /cy

3071836PT005 BACKFILL (Equip) 10 cy $ $ /cy

3071836VO001 BACKFILL (Equip) 13 cy $ $ /cy

3071836VO002 BACKFILL (Equip) 10 cy $ $ /cy

3071836VO003 BACKFILL (Equip) 10 cy $ $ /cy

3071836VO004 BACKFILL (Equip) 200 cy $ $ /cy


583 cf
see table
3071836VO005 PUF/CMP 45 cf $
below
24” CMP

2: 13
Mine Closure Construction Bid Schedule
Gold Hill Project

Variation in
Estimated Bid Price
Site ID/Tag No. Specified Closure Quantity
Quantity Amount
Unit Price
3071836VO006 BACKFILL (Equip) 25 cy $ $ /cy

3071836VO007 BACKFILL (Equip) 25 cy $ $ /cy

3071836VO008 BACKFILL (Equip) 35 cy $ $ /cy

3071836VO009 BACKFILL (Equip) 50 cy $ $ /cy

3071836VO010 BACKFILL (Equip) 12 cy $ $ /cy

3081705HO001 BACKFILL (Equip) 20 cy $ $ /cy

3081705IO001 BACKFILL (Equip) 100 cy $ $ /cy

3081705IO002 BACKFILL (Equip) 100 cy $ $ /cy

3081705VO001 BACKFILL (Equip) 85 cy $ $ /cy


250 cf see table
3081705VO002 PUF $
23 cf below
3081705VO003 BACKFILL (Equip) 40 cy $ $ /cy

3081705VO004 BACKFILL (Equip) 85 cy $ $ /cy

3081705VO005 BACKFILL (Equip) 80 cy $ $ /cy

3081705VO006 BACKFILL (Equip) 15 cy $ $ /cy

3081706HC001 BACKFILL (Equip) 20 cy $ $ /cy

3081706HO001 BACKFILL (Equip) 15 cy $ $ /cy

3081706HO002 None na $ 0.00 na

3081706HO003 BACKFILL (Equip) 25 cy $ $ /cy

3081706HO004 BACKFILL (Equip) 50 cy $ $ /cy

3081706HO005 BAT GATE 42 sf $ $ /sf

3081706HO006 WALL (Block) 25 sf $ $ /sf

3081706HO007 BACKFILL (Equip) 25 cy $ $ /cy

3081706HO008 BACKFILL (Equip) 25 cy $ $ /cy

3081706HO009 BAT GATE 30 sf $ $ /sf

3081706HO010 BACKFILL (Hand) 10 cy $ $ /cy

3081706HO011 BACKFILL (Hand) 30 cy $ $ /cy

3081706HO012 BACKFILL (Hand) 6 cy $ $ /cy

3081706HO013 None na $ 0.00 na

3081706HO014 BACKFILL (Hand) 16 cy $ $ /cy

2: 14
Mine Closure Construction Bid Schedule
Gold Hill Project

Variation in
Estimated Bid Price
Site ID/Tag No. Specified Closure Quantity
Quantity Amount
Unit Price
3081706HO015 WALL (Block) 30 sf $ $ /sf

3081706HO016 BAT GATE 42 sf $ $ /sf

3081706HO017 WALL (Block) 25 sf $ $ /sf

3081706HO018 BACKFILL (Hand) 10 cy $ $ /cy

3081706HO019 BACKFILL (Hand) 7 cy $ $ /cy

3081706HO020 WALL (Block) 30 sf $ $ /sf

3081706HO021 BACKFILL (Hand) 25 cy $ $ /cy

3081706HO021A WALL (Stone) 13 sf $ $ /sf

3081706HO022 BACKFILL (Hand) 10 cy $ $ /cy

3081706HO023 BACKFILL (Hand) 20 cy $ $ /cy

3081706HO024 BACKFILL (Hand) 25 cy $ $ /cy

3081706HO025 WALL (Block) 36 sf $ $ /sf

3081706HO026 BAT GATE 56 sf $ $ /sf

3081706HO027 WALL (Stone) 36 sf $ $ /sf

3081706HO028 WALL (Stone) 36 sf $ $ /sf

3081706IO001 BACKFILL (Equip) 60 cy $ $ /cy

3081706IO002 REBAR GRATE 70 sf $ $ /sf

3081706SH001 REBAR GRATE 60 sf $ $ /sf

3081706SH002 BACKFILL (Equip) 150 cy $ $ /cy

3081706VO001 BACKFILL (Equip) 40 cy $ $ /cy

3081706VO002 BACKFILL (Equip) 140 cy $ $ /cy

3081706VO003 BACKFILL (Equip) 105 cy $ $ /cy

3081706VO004 BACKFILL (Equip) 30 cy $ $ /cy

3081706VO005 BACKFILL (Equip) 55 cy $ $ /cy

3081706VO006 REBAR GRATE 80 sf $ $ /sf

3081706VO007 BACKFILL (Hand) 47 cy $ $ /cy

3081706VO008 REBAR GRATE 48 sf $ $ /sf

3081706VO009 BACKFILL (Hand) 8 cy $ $ /cy

3081706VO010A REBAR GRATE 63 sf $ $ /sf

2: 15
Mine Closure Construction Bid Schedule
Gold Hill Project

Variation in
Estimated Bid Price
Site ID/Tag No. Specified Closure Quantity
Quantity Amount
Unit Price
3081706VO010B REBAR GRATE 83 sf $ $ /sf

3081706VO011 REBAR GRATE 49 sf $ $ /sf

3081706VO012 BACKFILL (Hand) 11 cy $ $ /cy

3081706VO013 BACKFILL (Hand) 20 cy $ $ /cy


532 cf
see table
3081706VO014 PUF/CMP 73 cf $
below
36” CMP
3081706VO015 None na $ 0.00 na

3081706VO016 REBAR GRATE 161 sf $ $ /sf

3081706VO017 None na $ 0.00 na

3081706VO018 REBAR GRATE 54 sf $ $ /sf

3081706VO019 BACKFILL (Equip) 16 cy $ $ /cy

3081706VO020 None na $ 0.00 na

3081706VO021 REBAR GRATE 525 sf $ $ /sf

3081706VO022 REBAR GRATE 140 sf $ $ /sf

3081707HO001 CMP BAT GATE 1 ls $

3081707HO002 BACKFILL (Equip) 40 cy $ $ /cy

3081707HO003 BACKFILL (Hand) 12 cy $ $ /cy

3081707VO001 REBAR GRATE 56 sf $ $ /sf

3081707VO002 BACKFILL (Hand) 35 cy $ $ /cy

3081707VO003 None na $ 0.00 na

3081707VO004 BACKFILL (Equip) 140 cy $ $ /cy

3081707VO005 BACKFILL (Equip) 120 cy $ $ /cy

3081708HO001 None na $ 0.00 na

3081708HO002 BACKFILL (Equip) 40 cy $ $ /cy

3081708HO003 None na $ 0.00 na

3081708HO004 None na $ 0.00 na

3081708HO005 BACKFILL (Equip) 15 cy $ $ /cy

3081708HO006 BACKFILL (Equip) 35 cy $ $ /cy

3081708HO007 BACKFILL (Hand) 15 cy $ $ /cy

2: 16
Mine Closure Construction Bid Schedule
Gold Hill Project

Variation in
Estimated Bid Price
Site ID/Tag No. Specified Closure Quantity
Quantity Amount
Unit Price
3081708IO001 BACKFILL (Equip) 25 cy $ $ /cy

3081708IO002 BACKFILL (Equip) 125 cy $ $ /cy

3081708IO003 BACKFILL (Hand) 20 cy $ $ /cy

3081708IO004 BACKFILL (Hand) 30 cy $ $ /cy

3081708VC002 BACKFILL (Equip) 100 cy $ $ /cy

3081708VO001 BACKFILL (Equip) 12 cy $ $ /cy

3081708VO002 BACKFILL (Hand) 44 cy $ $ /cy

3081708VO003 BACKFILL (Equip) 16 cy $ $ /cy

3081708VO004 BACKFILL (Equip) 200 cy $ $ /cy

3081708VO005 BACKFILL (Equip) 25 cy $ $ /cy

3081708VO006 BACKFILL (Equip) 110 cy $ $ /cy

3081708VO007 BACKFILL (Equip) 25 cy $ $ /cy

3081708VO008 REBAR GRATE 104 sf $ $ /sf

3081708VO009 BACKFILL (Hand) 14 cy $ $ /cy

3081709IO001 REBAR GRATE 63 sf $ $ /sf

3081709IO002 BACKFILL (Equip) 26 cy $ $ /cy

3081709VO001 BACKFILL (Equip) 35 cy $ $ /cy

3081717IO001 None na $ 0.00 na

3081717VO001 BACKFILL (Equip) 100 cy $ $ /cy

3081717VO002 BACKFILL (Equip) 30 cy $ $ /cy

3081721VO001 BACKFILL (Equip) 25 cy $ $ /cy

3081721VO002 BACKFILL (Equip) 150 cy $ $ /cy

3081801HO001 BACKFILL (Hand) 4 cy $ $ /cy

3081801HO002 BACKFILL (Hand) 15 cy $ $ /cy

3081801HO003 WALL (Block) 30 sf $ $ /sf

3081801HO004 WALL (Block) 30 sf $ $ /sf

3081801HO005 None na $ 0.00 na

3081801HO006 BAT GATE 30 sf $ $ /sf

3081801HO007 BACKFILL (Equip) 12 cy $ $ /cy

2: 17
Mine Closure Construction Bid Schedule
Gold Hill Project

Variation in
Estimated Bid Price
Site ID/Tag No. Specified Closure Quantity
Quantity Amount
Unit Price
3081801HO008 WALL (Block) 30 sf $ $ /sf

3081801HO009 BACKFILL (Equip) 50 cy $ $ /cy

3081801HO010 BACKFILL (Hand) 20 cy $ $ /cy

3081801HO011 BACKFILL (Hand) 15 cy $ $ /cy

3081801IO001 BACKFILL (Equip) 50 cy $ $ /cy

3081801IO002 REBAR GRATE 42 sf $ $ /sf

3081801IO003 BACKFILL (Equip) 15 cy $ $ /cy

3081801IO004 REBAR GRATE 64 sf $ $ /sf

3081801IO005 BACKFILL (Equip) 80 cy $ $ /cy

3081801IO006 BACKFILL (Equip) 50 cy $ $ /cy

3081801SH001 BACKFILL (Equip) 200 cy $ $ /cy

3081801VO001 BACKFILL (Hand) 70 cy $ $ /cy

3081801VO002 BACKFILL (Hand) 13 cy $ $ /cy


504 cf see table
3081801VO003 PUF $
40 cf below
3081801VO004 BACKFILL (Equip) 40 cy $ $ /cy

3081801VO005 BACKFILL (Equip) 75 cy $ $ /cy

3081812HO001 BACKFILL (Equip) 50 cy $ $ /cy

TOTAL Mine Closure Construction


$
Carry over to Summary Bid Schedule on page 2:9

“Variation in Quantity Unit Price” for PUF Closures:


PUF $ /cf
Concrete $ /cf
CMP: 24” diam x 20 ft long $ /ea
CMP: 36” diam x 20 ft long $ /ea

2: 18
Required Submittals
Gold Hill Project

Provide the requested information in the space provided. For electronic bids, type or cut-and-paste
text into the fields or attach files as instructed at the RFP Depot. For written paper bids, attach
additional sheets if more space is needed.

Instructions to Bidders, Item 5: Contractor’s License


For paper bids, attach a photocopy of the bidder’s license. For electronic bids, it is not necessary
to scan and attach a copy of the license because the license number, class, and expiration date
have already been entered in the electronic submission. The validity of the license will be verified
with the Division of Occupational and Professional Licensing after submission.

Section 0230: Access Improvements


1.02 The CONTRACTOR shall submit with the Bid Proposal a description of access
improvements to be performed at each site and shall not deviate from this plan without
the written approval of the OWNER.

Section 0250: Mine Closures


1.02 A. CONTRACTOR shall submit with the Bid Proposal a list of equipment to be used to
complete this section of the WORK.

1.02 B. CONTRACTOR shall submit with the Bid Proposal the proposed construction procedures
in writing.

Section 0251: Cast-In-Place Concrete


1.02 A. 1. CONTRACTOR shall submit with the Bid Proposal laboratory reports indicating that
the supplier's concrete ingredients meet requirements specified.

2: 19
Section 0254: Polyurethane Foam Mine Closures
1.02 CONTRACTOR shall submit with the Bid Proposal the proposed construction
procedures, including a description of the form materials to be used and the foam
application equipment or method.

Section 0290: Revegetation


1.02 A. CONTRACTOR shall submit with the Bid Proposal the names of one seed supplier, and
alternate, to be used for the seed mixtures required by these specifications.

1.02 B. CONTRACTOR shall submit with the Bid Proposal a written description indicating
equipment to be used to perform the work required in this section.

2: 20
CONSTRUCTION SPECIFICATIONS

Gold Hill Project


Reclamation Construction

Tooele County, Utah


Summer 2007

AMR/045/915

Requisition Number 560 82000000003

Chapter 3: CONTRACT and FORMS

Contract Form
General Conditions for Abandoned Mine Projects
Performance Bond
Payment Bond
Contract Change Order
Certificate of Substantial Completion
Certificate of Final Acceptance
Daily Construction Progress Report
Contractor Performance Rating
Contract Form

Contract #

STATE OF UTAH CONTRACT


1. CONTRACTING PARTIES: This contract is between the following Department of the State of
Utah: (Department) Natural Resources (Division) Oil, Gas and Mining , referred to as OWNER,
and the following CONTRACTOR:

LEGAL STATUS OF CONTRACTOR


Name □ Sole Proprietor
□ Non-Profit Corporation
Address □ For-Profit Corporation
□ Partnership
City State Zip □ Government Agency

Contact Person
Phone Number (000) 000-0000 Email
Federal ID# Vendor Number Commodity Code # 96273

FI-NET Accounting Codes: Gold Hill Project


Approp.
Fund Agency Unit Object Program Phase
Unit
1000 560 2510 REE 7308 GAGOLDHILL FFY07P

2. GENERAL PURPOSE OF CONTRACT:


Reclamation construction of abandoned mine sites in Tooele County, Utah, referred to as
the Gold Hill Project.

3. PROCUREMENT: This contract is entered into as a result of the procurement process on


RX# 560 82000000003 , FY **** , Bid # PM**** , or a pre-approved sole source authorization
(from the Division of Purchasing) #: SS N/A .

4. CONTRACT PERIOD: Effective date 00/00/2007 (mm/dd/yyyy). Termination date 06/30/2008


(mm/dd/yyyy) unless terminated early or extended in accordance with the terms and conditions of
this contract. Renewal options (if any): 1 year .

5. CONTRACT COSTS: CONTRACTOR will be paid a maximum of $ *** for costs authorized
by this contract. Additional information regarding costs: see Attachment D .

6. ATTACHMENT A: Division of Purchasing's Standard Terms and Conditions.


ATTACHMENT B: SCOPE OF WORK, hereinafter the WORK, to be performed is that
contained in the Drawings and Technical Specifications prepared by: the Division of Oil, Gas &
Mining and entitled CONSTRUCTION SPECIFICATIONS: Gold Hill Project Reclamation
Construction and the General Specifications prepared by the Division of Oil, Gas and Mining
entitled GENERAL CONDITIONS FOR ABANDONED MINE RECLAMATION PROJECTS,
dated October, 2006.
ATTACHMENT C: Division of Oil, Gas and Mining Construction Terms and Conditions.
ATTACHMENT D: Cost Schedule

Any conflicts between Attachment A and other Attachments will be resolved in favor of
Attachment A.

3: 1
CONTRACT
Gold Hill Project

7. DOCUMENTS INCORPORATED INTO THIS CONTRACT BY REFERENCE BUT NOT


ATTACHED:

a. All other governmental laws, regulations, or actions applicable to the goods and/or
services authorized by this contract.

b. Utah State Procurement Code, Procurement Rules, and CONTRACTOR'S response to


Bid # PM****, dated 06/20/2007 (mm/dd/yyyy).

IN WITNESS WHEREOF, the parties sign and cause this contract to be executed.

FOR THE CONTRACTOR:

ATTEST: CONTRACTOR:

Secretary of Corporation Date Signature Date


or Witness
Type or Print Name

Title

Taxpayer ID #

FOR THE STATE OF UTAH:

APPROVED FOR AVAILABILITY OF FUNDS:


DEPARTMENT OF NATURAL RESOURCES
DIVISION OF OIL, GAS & MINING
Luci Malin Date
Acting AMRP Administrator

John R. Baza Date Paula Dupin-Zahn Date


Director, DOGM DOGM Budget/Accounting

APPROVED FOR EXPENDITURE:


DIVISION OF PURCHASING DIVISION OF FINANCE

Douglas G. Richins Date (for) John Reidhead Date


Director of Purchasing Director of Finance

Chris Rohrer (801) 538-5322 (801) 359-3940 chrisrohrer@utah.gov


Agency Contact Person Phone Number Fax Number Email

APPROVED AS TO FORM BY
ATTORNEY GENERAL'S OFFICE
DOGM Construction Contract (revised 04/26/07)
Reference: Division of Finance Contract Form FI84 (revised 09/2006)

3: 2
CONTRACT
Gold Hill Project

ATTACHMENT A
DIVISION OF PURCHASING
STATE OF UTAH STANDARD TERMS AND CONDITIONS

1. AUTHORITY: Provisions of this contract are pursuant to the authority set forth in 63-56, Utah Code
Annotated, 1953, as amended, Utah State Procurement Rules (Utah Administrative Code Section R33),
and related statutes which permit the State to purchase certain specified services, and other approved
purchases for the State.

2. CONTRACT JURISDICTION, CHOICE OF LAW, AND VENUE: The provisions of this contract shall
be governed by the laws of the State of Utah. The parties will submit to the jurisdiction of the courts of
the State of Utah for any dispute arising out of this Contract or the breach thereof. Venue shall be in
Salt Lake City, in the Third Judicial District Court for Salt Lake County.

3. LAWS AND REGULATIONS: Any and all supplies, services, and equipment furnished will comply
fully with all applicable Federal and State laws and regulations.

4. RECORDS ADMINISTRATION: The CONTRACTOR shall maintain, or supervise the maintenance


of all records necessary to properly account for the payments made to the CONTRACTOR for costs
authorized by this contract. These records shall be retained by the CONTRACTOR for at least four
years after the contract terminates, or until all audits initiated within the four years, have been
completed, whichever is later. The CONTRACTOR agrees to allow State and Federal auditors, and
State Department Staff, access to all the records to this contract, for audit and inspection, and
monitoring of services. Such access will be during normal business hours, or by appointment.

5. CONFLICT OF INTEREST: CONTRACTOR represents that none of its officers or employees are
officers or employees of the State of Utah, unless disclosure has been made in accordance with 67-16-
8, Utah Code Annotated, 1953, as amended.

6. CONTRACTOR, AN INDEPENDENT CONTRACTOR: The CONTRACTOR shall be an independent


contractor, and as such, shall have no authorization, express or implied, to bind the State to any
agreements, settlements, liability, or understanding whatsoever, and agrees not to perform any acts as
agent for the State, except as herein expressly set forth. Compensation stated herein shall be the total
amount payable to the CONTRACTOR by the State. The CONTRACTOR shall be responsible for the
payment of all income tax and social security amounts due as a result of payments received from the
State for these contract services. Persons employed by the State and acting under the direction of the
State shall not be deemed to be employees or agents of the CONTRACTOR.

7. INDEMNITY CLAUSE: The CONTRACTOR agrees to indemnify, save harmless, and release the
State of Utah, and all its officers, agents, volunteers, and employees from and against any and all loss,
damages, injury, liability, suits, and proceedings arising out of the performance of this contract which are
caused in whole or in part by the negligence of the CONTRACTOR's officers, agents, volunteers, or
employees, but not for claims arising from the State's sole negligence.

8. EQUAL OPPORTUNITY CLAUSE: The CONTRACTOR agrees to abide by the provisions of Title VI
and VII of the Civil Rights Act of 1964 (42USC 2000e) which prohibits discrimination against any
employee or applicant for employment or any applicant or recipient of services, on the basis of race,
religion, color, or national origin; and further agrees to abide by Executive Order No. 11246, as
amended, which prohibits discrimination on the basis of sex; 45 CFR 90 which prohibits discrimination
on the basis of age; and Section 504 of the Rehabilitation Act of 1973, or the Americans with Disabilities
Act of 1990 which prohibits discrimination on the basis of disabilities. Also, the CONTRACTOR agrees
to abide by Utah's Executive Order, dated March 17, 1993, which prohibits sexual harassment in the
work place.

9. SEPARABILITY CLAUSE: A declaration by any court, or any other binding legal source, that any
provision of this contract is illegal and void shall not affect the legality and enforceability of any other
provision of this contract, unless the provisions are mutually dependent.

10. RENEGOTIATION OR MODIFICATIONS: This contract may be amended, modified, or


supplemented only by written amendment to the contract, executed by the same persons or by persons

3: 3
CONTRACT
Gold Hill Project

holding the same position as persons who signed the original agreement on behalf of the parties hereto,
and attached to the original signed copy of the contract.

11. DEBARMENT: The CONTRACTOR certifies that neither it nor its principals are presently debarred,
suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this
transaction (contract), by any governmental department. If the CONTRACTOR cannot certify this
statement, attach a written explanation for review by the State. The CONTRACTOR must notify the
State Director of Purchasing within 30 days if debarred by any governmental entity during the Contract
period.

12. TERMINATION: Unless otherwise stated in the Special Terms and Conditions, this contract may be
terminated, with cause by either party, in advance of the specified termination date, upon written notice
being given by the other party. The party in violation will be given ten (10) working days after
notification to correct and cease the violations, after which the contract may be terminated for cause.
This contract may be terminated without cause, in advance of the specified expiration date, by either
party, upon 90 days prior written notice being given the other party. On termination of this contract, all
accounts and payments will be processed according to the financial arrangements set forth herein for
approved services rendered to date of termination.

13. NONAPPROPRIATION OF FUNDS: The CONTRACTOR acknowledges that the State cannot
contract for the payment of funds not yet appropriated by the Utah State Legislature. If funding to the
State is reduced due to an order by the Legislature or the Governor, or is required by State law, or if
federal funding (when applicable) is not provided, the State may terminate this contract or
proportionately reduce the services and purchase obligations and the amount due from the State upon
30 days written notice. In the case that funds are not appropriated or are reduced, the State will
reimburse CONTRACTOR for products delivered or services performed through the date of cancellation
or reduction, and the State will not be liable for any future commitments, penalties, or liquidated
damages.

14. SALES TAX EXEMPTION: The State of Utah’s sales and use tax exemption number is E33399.
The tangible personal property or services being purchased are being paid from State funds and used in
the exercise of that entity’s essential functions. If the items being purchased are construction materials,
they will be converted into real property by employees of this government entity, unless otherwise stated
in the contract.

15. WARRANTY: The CONTRACTOR agrees to warrant and assume responsibility for all products
(including hardware, firmware, and/or software products) that it licenses, contracts, or sells to the State
of Utah under this contract for a period of one year, unless otherwise specified and mutually agreed
upon elsewhere in this contract. The CONTRACTOR (seller) acknowledges that all warranties granted
to the buyer by the Uniform Commercial Code of the State of Utah apply to this contract. Product
liability disclaimers and/or warranty disclaimers from the seller are not applicable to this contract unless
otherwise specified and mutually agreed upon elsewhere in this contract. In general, the
CONTRACTOR warrants that: (1) the product will do what the salesperson said it would do, (2) the
product will live up to all specific claims that the manufacturer makes in their advertisements, (3) the
product will be suitable for the ordinary purposes for which such product is used, (4) the product will be
suitable for any special purposes that the State has relied on the CONTRACTOR’s skill or judgment to
consider when it advised the State about the product, (5) the product has been properly designed and
manufactured, and (6) the product is free of significant defects or unusual problems about which the
State has not been warned. Remedies available to the State include the following: The CONTRACTOR
will repair or replace (at no charge to the State) the product whose nonconformance is discovered and
made known to the CONTRACTOR in writing. If the repaired and/or replaced product proves to be
inadequate, or fails of its essential purpose, the CONTRACTOR will refund the full amount of any
payments that have been made. Nothing in this warranty will be construed to limit any rights or
remedies the State of Utah may otherwise have under this contract.

16. PUBLIC INFORMATION: CONTRACTOR agrees that the contract will be a public document, and
may be available for distribution. CONTRACTOR gives the State express permission to make copies of
the contract and/or of the response to the solicitation in accordance with the State of Utah Government
Records Access and Management Act. The permission to make copies as noted will take precedence
over any statements of confidentiality, proprietary information, copyright information, or similar notation.

3: 4
CONTRACT
Gold Hill Project

17. DELIVERY: Unless otherwise specified in this contract, all deliveries will be F.O.B. destination with
all transportation and handling charges paid by the CONTRACTOR. Responsibility and liability for loss
or damage will remain with CONTRACTOR until final inspection and acceptance when responsibility will
pass to the State except as to latent defects, fraud and CONTRACTOR's warranty obligations.

18. ORDERING AND INVOICING: All orders will be shipped promptly in accordance with the delivery
schedule. The CONTRACTOR will promptly submit invoices (within 30 days of shipment or delivery of
services) to the State. The State contract number and/or the department purchase order number shall
be listed on all invoices, freight tickets, and correspondence relating to the contract order. The prices
paid by the State will be those prices listed in the contract. The State has the right to adjust or return
any invoice reflecting incorrect pricing.

19. PAYMENT: Payments are normally made within 30 days following the date the order is delivered or
the date a correct invoice is received, whichever is later. All payments to the CONTRACTOR will be
remitted by mail unless paid by the State of Utah’s Purchasing Card (major credit card).

20. PATENTS, COPYRIGHTS, ETC.: The CONTRACTOR will release, indemnify and hold the State,
its officers, agents and employees harmless from liability of any kind or nature, including the
CONTRACTOR's use of any copyrighted or un-copyrighted composition, secret process, patented or un-
patented invention, article or appliance furnished or used in the performance of this contract.

21. ASSIGNMENT/SUBCONTRACT: CONTRACTOR will not assign, sell, transfer, subcontract or


sublet rights, or delegate responsibilities under this contract, in whole or in part, without the prior written
approval of the State.

22. DEFAULT AND REMEDIES: Any of the following events will constitute cause for the State to
declare CONTRACTOR in default of the contract: 1. Nonperformance of contractual requirements; 2.
A material breach of any term or condition of this contract. The State will issue a written notice of default
providing a ten (10) day period in which CONTRACTOR will have an opportunity to cure. Time allowed
for cure will not diminish or eliminate CONTRACTOR's liability for damages. If the default remains, after
CONTRACTOR has been provided the opportunity to cure, the State may do one or more of the
following: 1. Exercise any remedy provided by law; 2. Terminate this contract and any related
contracts or portions thereof; 3. Impose liquidated damages, if liquidated damages are listed in the
contract; 4. Suspend CONTRACTOR from receiving future solicitations.

23. FORCE MAJEURE: Neither party to this contract will be held responsible for delay or default
caused by fire, riot, acts of God and/or war which is beyond that party's reasonable control. The State
may terminate this contract after determining such delay or default will reasonably prevent successful
performance of the contract.

24. PROCUREMENT ETHICS: The CONTRACTOR understands that a person who is interested in
any way in the sale of any supplies, services, construction, or insurance to the State of Utah is violating
the law if the person gives or offers to give any compensation, gratuity, contribution, loan or reward, or
any promise thereof to any person acting as a procurement officer on behalf of the State, or who in any
official capacity participates in the procurement of such supplies, services, construction, or insurance,
whether it is given for their own use or for the use or benefit of any other person or unit (63-56-1002,
Utah Code Annotated, 1953, as amended).

25. CONFLICT OF TERMS: CONTRACTOR Terms and Conditions that apply must be in writing and
attached to the contract. No other Terms and Conditions will apply to this contract including terms listed
or referenced on a CONTRACTOR’s website, terms listed in a CONTRACTOR quotation/sales order,
etc. In the event of any conflict in the contract terms and conditions, the order of precedence shall be:
1. State Standard Terms and Conditions; 2. State Additional Terms and Conditions; 3. CONTRACTOR
Terms and Conditions.

DOGM Standard Terms and Conditions (revised 04/26/07)


Reference: Division of Finance Form FI84 09/2006 (Standard Terms and Conditions revised 05/09/06)

End Attachment A

3: 5
CONTRACT
Gold Hill Project

ATTACHMENT B
SCOPE OF WORK

SCOPE OF WORK, hereinafter the WORK, to be performed is that contained in the Drawings and
Technical Specifications prepared by: the Division of Oil, Gas & Mining and entitled CONSTRUCTION
SPECIFICATIONS: Gold Hill Project Reclamation Construction and the General Specifications prepared
by the Division of Oil, Gas and Mining entitled GENERAL CONDITIONS FOR ABANDONED MINE
RECLAMATION PROJECTS, dated October 2006.

The CONTRACTOR agrees to furnish all labor, materials and equipment to complete the WORK as
described the Drawings, Specifications, and addenda to the specifications which are hereby made a part
of this CONTRACT by reference. It is understood and agreed by the parties hereto that all WORK will
be performed as required in the Drawings and Specifications and will be subject to inspection and
approval prior to final acceptance by the OWNER. The relationship of the CONTRACTOR to the
OWNER hereunder is that of an independent CONTRACTOR.

End Attachment B

ATTACHMENT C
DIVISION OF OIL, GAS AND MINING
CONSTRUCTION TERMS AND CONDITIONS

ARTICLE 1. TIME OF COMPLETION: The WORK under this CONTRACT shall be commenced upon
notice to proceed and shall be completed within 75 calendar days after date marked on registered
receipt of said Notice to Proceed and no later than ***MONTH DAY, 2007 . WORK delays caused by
weather may, at the discretion of the OWNER, extend the completion date. CONTRACTOR also agrees
to the liquidated damages provisions of Article 12.

ARTICLE 2. PAYMENT: OWNER will promptly pay for services performed by the CONTRACTOR.
Vouchers for reimbursement of expenditures under this Agreement must be filed promptly with
OWNER's Representative by the tenth day of the month following the month in which WORK has been
performed. OWNER will withhold from payment an amount not to exceed 10% of the total CONTRACT
cost, except for Mobilization, which will have 40% withheld, until all WORK has been performed by the
CONTRACTOR and is approved and accepted by OWNER.

ARTICLE 3. INDEBTEDNESS: Before final payment is made, the CONTRACTOR must submit
evidence including lien waivers, satisfactory to the OWNER that all payrolls, materials bills, subcontracts
and outstanding indebtedness in connection with the WORK have been paid or that arrangements have
been made for their payment. Payment will be made without unnecessary delay after receipt of such
evidence as mentioned above and Final Acceptance of the WORK by the OWNER.

ARTICLE 4. ADDITIONAL WORK: It is understood and agreed by the parties hereto that no money will
be paid to the CONTRACTOR for any additional WORK, labor or materials furnished unless a new
CONTRACT in the form of a Change Order or a modification hereof for such additional materials or
labor has been executed by OWNER and CONTRACTOR. The OWNER specifically reserves the right
to modify or amend this CONTRACT and the total sum due hereunder either by enlarging or restricting
the WORK through a change order.

ARTICLE 5. ACCEPTANCE: The WORK will be inspected for acceptance by the OWNER promptly
upon receipt of notice from the CONTRACTOR that the WORK is complete and ready for inspection.

ARTICLE 6. DISPUTES PERTAINING TO PAYMENT FOR WORK: Any disputes which may arise
respecting the value of any WORK done, or any WORK omitted, or of any ADDITIONAL WORK which
CONTRACTOR may be required to perform, or respecting any other elements involved in this
CONTRACT, will be decided by the Director of the Division of Oil, Gas & Mining, acting as the OWNER.

3: 6
CONTRACT
Gold Hill Project

ARTICLE 7. TERMINATION OF CONTRACT:

a. If the CONTRACTOR is adjudged bankrupt or if the CONTRACTOR makes a general assignment for
the benefit of CONTRACTOR'S creditors or if a receiver is appointed on account of CONTRACTOR'S
insolvency, or if CONTRACTOR or any of his/her Subcontractors violates any of the provisions of this
CONTRACT, or if the CONTRACTOR does not perform the WORK according to the Specifications, the
OWNER may serve written notice upon CONTRACTOR of its intention to terminate the CONTRACT;
and unless within ten (10) days after the serving of the notice, the violation ceases, the OWNER then
may take over the WORK and at the expense of the CONTRACTOR, complete it by contract or by any
other method it may deem advisable. The CONTRACTOR will be liable to the OWNER for any excess
cost incurred by the OWNER and the OWNER may, without liability for so doing, take possession of and
utilize in completing the WORK, such materials, appliances, paint, and any other property belonging to
the CONTRACTOR as may be on the site of the WORK.

b. OWNER may terminate this Agreement upon thirty days written notice to CONTRACTOR in the
event the U.S. Department of the Interior fails to grant to OWNER sufficient funds to meet its obligations
under this Agreement. In such event, CONTRACTOR will be entitled to receive just and equitable
compensation for any satisfactory WORK completed up to the time of termination.

ARTICLE 8: OWNER'S RIGHT TO WITHHOLD CERTAIN AMOUNT AND MAKE APPLICATION


THEREOF: The OWNER may withhold from payment to the CONTRACTOR an amount or amounts as,
in the OWNER'S judgment, may be necessary to pay just claims against the CONTRACTOR or any
Subcontractor for labor and services rendered and materials furnished in and about the WORK. The
OWNER in its discretion may apply the withheld amounts on the payment of such claims. In so doing
the OWNER will be deemed the agent of the CONTRACTOR and payments so made by the OWNER
will be considered as a payment made under the CONTRACT by the OWNER to the CONTRACTOR
and the OWNER will not be liable to the CONTRACTOR for any such payments made in good faith.
Such payments may be made without prior determination of the claim or claims.

ARTICLE 9: INDEPENDENT CONTRACTOR: The CONTRACTOR will be considered an independent


contractor, and, as such, has no authorization, expressed or implied, to bind the State of Utah or the
OWNER to any agreement, settlement, liability or understanding whatsoever, nor to perform any acts as
agent for the State of Utah, except as herein expressly set forth. The compensation provided for herein
will be the total compensation payable hereunder by the State of Utah or the OWNER.

ARTICLE 10: LIABILITY AND INDEMNIFICATION: It is agreed that the CONTRACTOR will at all times
protect and indemnify and save harmless, the State of Utah and all institutions, agencies, departments,
authorities and instrumentalities of the State of Utah and any member of their governing bodies or of
their boards or commissions or any of their elected or appointed officers or any of their employees or
authorized volunteers, or the private landowners who have consented to reclamation construction and/or
have consented to allow ingress or egress to a reclamation site, as described in the general conditions
of the project specifications which are included herein by reference, from any and all claims, damages of
every kind and nature made, rendered or incurred by or in behalf of any person or corporation
whatsoever, including the parties hereto and their employees that may arise, occur or grow out of any
acts, actions, work or other activity done by the CONTRACTOR in the performance and execution of this
CONTRACT.

ARTICLE 11. SUBCONTRACTOR: No part of this CONTRACT may be sublet by the CONTRACTOR
without the prior written approval of the OWNER. The CONTRACTOR and the OWNER for themselves,
their heirs, successors, executors, and administrators, hereby agree to the full performance of the
covenants herein contained.

ARTICLE 12. LIQUIDATED DAMAGES: In the event the CONTRACTOR fails to complete the WORK
within the time agreed upon in CONTRACTOR's schedule as set forth in Article 1, or within such
additional time as may have been allowed by the OWNER, there will be deducted from any moneys due
or that may become due the CONTRACTOR the sum of $781.00 per day for each and every calendar
day beyond the agreed or extended completion day that the WORK remains uncompleted. Such sum is
fixed and agreed upon by the OWNER and the CONTRACTOR as liquidated damages due the OWNER
by reason of the inconvenience and added costs of administration, engineering and supervision resulting
from the CONTRACTOR's default, and not as a penalty.

3: 7
CONTRACT
Gold Hill Project

Permitting the CONTRACTOR to continue and finish the WORK or any part of it after the time fixed for
its completion, or after the date to which the time for completion may have been extended, in no way
operates as a waiver on the part of the OWNER of any of OWNER'S rights under the CONTRACT.

ARTICLE 13. DEFAULT: In the event of default by the CONTRACTOR, termination may be executed
as described by the Termination for Default Clause of the DIVISION OF OIL, GAS AND MINING
GENERAL CONDITIONS FOR ABANDONED MINE RECLAMATION PROJECTS.

ARTICLE 14. NONAPPROPRIATION OF FUNDS: Financial obligations of the OWNER payable after
the current fiscal year are contingent upon funds for the purpose being appropriated, budgeted or
otherwise made available. If funds are not appropriated or otherwise available to continue the payment,
this contract may be terminated without penalty by giving thirty (30) days written notice.

ARTICLE 15. CERTIFICATIONS:


PART A: Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower
Tier Covered Transactions. 1) The CONTRACTOR certifies that neither it nor its principals is presently
debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from
participation in this transaction (contract), by any Federal department or agency. 2) Where the
CONTRACTOR is unable to certify to any of the statements in this certification, such prospective
participant shall attach an explanation to this proposal.
PART B: Certification Regarding Lobbying. The undersigned certifies, to the best of his or her
knowledge and belief, that: 1) No Federal appropriated funds have been paid or will be paid, by or on
behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee
of an agency, a Member of Congress and officer or employee of Congress, or an employee of a Member
of Congress in connection with the awarding of any Federal contract, the making of any Federal grant,
the making of any Federal loan, the entering into of any cooperative agreement and the extension,
continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative
agreement. 2) If any funds other than Federal appropriated funds have been paid or will be paid to any
person for influencing or attempting to influence an officer or employee of any agency, a Member of
Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection
with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and
submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions.
This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this certification is a prerequisite for making or
entering into this transaction imposed by Section 1352, title 31, U.S. Code. Any person who fails to file
the required certification shall be subject to a civil penalty of not less than $10,000 and not more than
$100,000 for each such failure.

The CONTRACTOR was selected for this contract in accordance with the State of Utah, Division of
Purchasing's Regulations for the Procurement of Construction and Professional Services.

DOGM Construction Terms and Conditions (revised 09/24/03)

End Attachment C

ATTACHMENT D
COST SCHEDULE

The Cost Schedule will be generated from the Bid Schedule following the award of the
CONTRACT.

End Attachment D

3: 8
General Conditions
for
Abandoned Mine Reclamation Projects

CONTENTS

1. Definitions 47. Examination of Site


2. Correlation and Intent of Documents 48. Storage and Care of Materials
3. Copies Furnished 49. Construction Risks
4. Dimensions 50. Temporary Appurtenances and Conveniences
5. Detail Drawings and Instructions 51. Scaffolding, Tools, Etc.
6. Drawings and Specifications on the Work 52. Sanitary Provisions
7. Ownership of Drawings 53. Refuse
8. Shop Drawings 54. Removing Water
9. Samples 55. Taxes
10. Materials, Appliances, Employees 56. Citizens Preferred
11. Royalties and Patents 57. Code Requirements
12. Surveys, Permits and Regulations 58. Nondiscrimination and Affirmative Action
13. Protection of WORK and Property 59. Affirmative Action
14. Inspection of WORK 60. Safety
15. Superintendence and Supervision 61. Rubbish Disposal
16. Changes 62. Subcontractors Financial Bid Limits and License
17. Claims Based on OWNER's Actions or Omissions Classification
18. Deductions for Uncorrected Work 63. Balancing and Testing
19. Delays and Extension of Time 64. Substantial Completion
20. Correction of WORK Before Final Payment 65. Other Prohibited Interests
21. Correction of WORK After Final Payment 66. Conflicting Conditions
22. Termination for Default Clause 67. Monthly Progress Meetings
23. Application for Payments 68. Suspension of WORK
25. Liability Insurance 69. Differing Site Conditions
26. Property Insurance 70. Price Adjustment
27. Indemnification 71. Termination for Convenience of the OWNER
28. Guarantee Bonds 72. Liquidated Damages
29. Liens 73. Termination for Breach, Etc.
30. Assignment 74. Normal Daylight Hours
31. Mutual Responsibility of CONTRACTORs 75. Normal Working Days
32. Separate Contracts 76. Use of Explosives
33. Subcontractors 77. Compliance with Copeland Regulations
34. Relations of CONTRACTOR and Subcontractor 78. Overtime Compensation
35. State's Inspection 79. Clean Air and Water
36. Contract Representative's Status 80. Statement Clarification of Terms
37. Contract Representative's Decisions 81. Plan Checks
38. Cash Allowances 82. Equal Opportunity
39. Use of Premises 83. Access to Records
40. Cutting, Patching and Digging 84. Retention of Records
41. Cleaning Up 85. Variation in Estimated Quantities
42. Substitutions 86. Authority
43. Laying Out WORK 87. Conflict of Interest
44. Emergencies 88. Separability Clause
45. Testing of Materials 89. Debarment
46. Temporary Enclosing, Drying Out, Etc.

3: 9
General Conditions

DIVISION OF OIL, GAS AND MINING as are not specifically mentioned in the
GENERAL CONDITIONS FOR specifications but are obviously necessary for the
ABANDONED MINE RECLAMATION PROJECTS proper completion of the WORK, shall be
considered as incidental and as being part of the
1. Definitions: WORK.

A. The CONTRACT documents consist of the 3. Copies Furnished:


agreement, the general conditions of the
CONTRACT, the drawings and specifications, Unless otherwise provided in the CONTRACT
including all modifications thereof incorporated documents, the OWNER will furnish the
in the documents before their execution. CONTRACTOR, free of charge to the
These form the CONTRACT. CONTRACTOR, copies of drawings and
specifications, reasonably necessary for the
B. The OWNER and the CONTRACTOR or execution of the WORK.
pronouns used in place thereof, are those
mentioned as such in the agreement. They 4. Dimensions:
are treated throughout the CONTRACT
documents as if each were in the singular Where no figures or memoranda are given, the
number. drawings shall be accurately followed according to
their scale, but figures or memoranda are to be
C. The term "Subcontractor," as employed herein, preferred to the scale, in all cases of difference, and
includes anyone having a direct CONTRACT the larger scale details shall take preference over
with anyone except the OWNER to provide those of smaller scale.
material and/or labor under this CONTRACT,
and it includes one who furnishes material 5. Detail Drawings and Instructions:
worked to a special design according to the
plans and/or specifications of this WORK, but The OWNER shall furnish, with reasonable
does not include one who merely furnishes promptness, additional instructions, by means of
material not so worked. drawings or otherwise, necessary for the proper
execution of the WORK. All such drawings and
D. The word "state," or pronoun used in place instructions shall be consistent with the CONTRACT
thereof, is to designate the State of Utah, as documents, true developments thereof, and
represented by the Division of Oil, Gas & reasonably inferable therefrom. The WORK shall
Mining. be executed in conformity with the drawings and
instructions. Any WORK performed by the
E. The word "OWNER," or pronoun used in place CONTRACTOR in advance of these drawings and
thereof, is to designate the State of Utah, as instructions shall be entirely at the CONTRACTOR's
represented by the Division of Oil, Gas & risk.
Mining.
6. Drawings and Specifications on the Work:
F. The term "WORK" of the CONTRACTOR or
subcontractor includes labor or materials or The CONTRACTOR shall keep at the jobsite one
both, and the SCOPE OF WORK. copy of all drawings and specifications on the
WORK in good order, available to the OWNER and
G. The term "site" shall be used to refer to all their representatives.
areas where the WORK is to be performed.
7. Ownership of Drawings:
H. The term "engineer" shall be used to refer to a
consultant representing the OWNER or a All copies of drawings and specifications furnished
designated representative of the OWNER. the CONTRACTOR by the OWNER are the property
of the OWNER. They are not to be used by the
I. The applicable laws and regulations of the CONTRACTOR on other work, and are to be
State of Utah shall govern the execution of the returned to the OWNER, upon request, at the
WORK embodied in the contract documents. completion of the WORK.

2. Correlation and Intent of Documents: 8. Shop Drawings/As Built Drawings:

The CONTRACT documents are complementary, The CONTRACTOR shall submit to the OWNER,
and what is called for by any one shall be as binding with such promptness as to cause no delay in
as if called for by all. The intention of the his/her WORK or in that of any other
documents is to include all labor and materials, CONTRACTOR, six copies of all shop/as built
equipment, and transportation necessary for the drawings or setting drawings and schedules
proper and complete execution of the WORK, and required for the WORK of the various trades and the
equal in quality and workmanship to the highest OWNER shall pass upon them with reasonable The
standards. The CONTRACTOR is to abide by and CONTRACTOR shall submit to the OWNER, with
comply with the true intent and meaning of all such promptness, making desired corrections. Said
drawings and specifications taken as a whole and is corrections shall pertain to conformance with the
not to avail himself to the detriment of the WORK, of basic design concepts embodied in the CONTRACT
any manifestly unintentional error or omission, documents. The CONTRACTOR shall make any
should any exist. All minor details of WORK which corrections required by the OWNER. The OWNER
are not shown on the plans, as well as such items shall distribute the corrected drawings as follows:
Two drawings to the OWNER; three drawings back
3: 10
General Conditions

to the general CONTRACTOR; and one drawing to WORK involves their property. The CONTRACTOR
the project inspector (if one is assigned to the job). shall cooperate as necessary with these
The OWNER's approval of such drawings or jurisdictions to comply with all their requirements,
schedules shall not relieve the CONTRACTOR from which may include a bond and permit fee.
responsibility for deviations from drawings or
specifications, unless he/she has in writing called Fees for connection to utilities such as water and
the OWNER's attention to such deviations at the power must be borne by the CONTRACTOR.
time of submission, and has received the OWNER's
written approval of such deviation; nor shall it 13. Protection of Work and Property:
relieve him/her from responsibility for errors of any
sort in shop/as built drawings or schedules. The CONTRACTOR shall continuously maintain
adequate protection of all his/her WORK from
9. Samples: damage and shall protect the OWNER's property
from injury or loss arising in connection with this
The CONTRACTOR shall furnish to the OWNER for CONTRACT. CONTRACTOR shall make good any
approval, all samples as directed. The WORK shall such damage, injury, or loss, except such as may
be in accordance with approved samples. be directly due to errors in the CONTRACT
documents or caused by agents or employees of
10. Materials, Appliances, Employees: the OWNER. CONTRACTOR shall adequately
protect adjacent property as provided by law and
Unless otherwise stipulated, the CONTRACTOR the CONTRACT documents.
shall provide and pay for all materials, labor, water,
tools, equipment, light, power, transportation, and The CONTRACTOR shall take all necessary
other facilities and services necessary for the precautions for the safety of employees on the
execution and completion of the WORK. WORK and shall comply with all applicable
provisions of federal, state and municipal safety
Unless otherwise specified, all materials shall be laws and building codes to prevent accidents or
new, and both workmanship and materials shall be injury to persons on, about, or adjacent to the
of high quality. The CONTRACTOR shall, if premises where the WORK is being performed.
required, furnish satisfactory evidence as to the kind CONTRACTOR shall erect and properly maintain at
and quality of materials. all times, as required by the conditions and progress
of the WORK, all necessary safeguards for the
The CONTRACTOR shall at all times enforce strict protection of workers and the public and shall post
discipline and order among his/her employees, and danger signs warning against hazardous conditions.
shall not employ on the WORK any unfit person or
anyone not skilled in the work assigned to him/her. 14. Inspection of Work:

11. Royalties and Patents: The OWNER and the representatives thereof and
authorized federal government inspectors shall at all
The CONTRACTOR shall pay all royalties and times have access to the WORK, and the
license fees. He/she shall defend all suits or claims CONTRACTOR shall provide proper facilities for
for infringement of any patent rights and shall save such access and for inspection.
the OWNER harmless from loss on account thereof.
If the specifications or the OWNER requires any
12. Surveys, Permits and Regulations: work to be specially tested or approved, the
CONTRACTOR shall give the OWNER timely notice
The OWNER shall furnish surveys necessary to of its readiness for inspection. Inspections shall be
establish site boundaries and existing topography. promptly made and, where practicable, at the
The OWNER shall provide those surveys necessary source of supply. If any WORK should be covered
for laying out the WORK. up without approval or consent of the OWNER, it
must, if required by the OWNER, be uncovered for
The CONTRACTOR shall give all notices and examination at the CONTRACTOR's expense.
comply with all applicable laws, ordinances, rules
and regulations bearing on the conduct of the 15. Superintendence and Supervision:
WORK as drawn and specified. If the
CONTRACTOR observes that the drawings and The CONTRACTOR shall keep on the WORK,
specifications are at variance therewith, he/she shall during its progress, a competent superintendent and
promptly notify the OWNER in writing, and any any necessary assistants, all satisfactory to the
necessary changes shall be adjusted as provided in OWNER. The superintendent shall represent the
the contract for changes in the WORK. If the CONTRACTOR in his/her absence, and all
CONTRACTOR performs any work knowing it to be directions given to superintendent shall be as
contrary to such laws, ordinances, rules and binding as if given to the CONTRACTOR.
regulations and without such notice to the OWNER,
he/she shall bear all costs arising therefrom. The CONTRACTOR shall give efficient supervision
to the WORK, using his/her best skill and attention.
Inasmuch as the WORK under this contract will be CONTRACTOR shall carefully study and compare
performed for the State of Utah, it will not be all drawings, specifications and other instructions,
necessary to take out local building permits, and shall at once report to the OWNER any error,
electrical permits and plumbing permits, nor will it inconsistency, or omission which CONTRACTOR
be necessary to pay fees for inspections pertaining may discover, but shall not be held responsible for
thereto; however, it will be necessary to obtain a their existence or discovery.
permit from the city, county, and or Department of
Transportation having jurisdiction whenever the

3: 11
General Conditions

16. Changes: included in the change order as authorized.

A. Change Order. The OWNER, at any time, 17. Claims Based on OWNER's Actions or
unilaterally and without notice to sureties, in Omissions:
writing designated or indicated to be a change
order, may order: Notice of Claim. If any action or omission on the
part of the OWNER, requiring performance changes
(1) Changes in the WORK within the scope within the scope of the CONTRACT and which are
of this CONTRACT; not covered by other clauses of this CONTRACT,
constitutes the basis for a claim by the
(2) Changes in the time for performance of CONTRACTOR for additional compensation,
this CONTRACT that do not alter the damages, or an extension of time for completion,
scope of WORK of this CONTRACT; the CONTRACTOR shall continue the performance
and/or of the CONTRACT in compliance with the directions
or orders of the OWNER, but by so doing, the
(3) Changes necessary to continue the CONTRACTOR shall not be deemed to have
WORK or to accommodate the OWNER prejudiced any claim for additional compensation,
with essential services required to damages, or an extension of time for completion;
complete the WORK as normally intended provided:
in accordance with specifications.
(1) The CONTRACTOR shall have given written
B. Adjustments of Price or Time for Performance. notice to the OWNER:
If any change order increases or decreases the
CONTRACTOR's cost of, or the time required (a) Prior to the commencement of the WORK
for, performance of any part of the WORK involved, if at that time the
under this CONTRACT, whether changed or CONTRACTOR knows of the occurrence
not changed by any such change order, an of such action or omission; or
equitable adjustment shall be made in the
contract price or completion date, or both, and (b) Within thirty (30) days after the
this contract shall be modified in writing CONTRACTOR knows of the occurrence
accordingly. Any adjustment in contract price of such action or omission, if the
made pursuant to this clause shall be CONTRACTOR did not have such
determined in accordance with the Price knowledge prior to the commencement of
Adjustment Clause of this contract. the WORK; or

Failure of the parties to agree to an adjustment (c) Such further time as may be allowed by
shall not excuse the CONTRACTOR from the OWNER in writing.
proceeding with this contract as changed,
provided that the OWNER promptly and duly This notice shall state that the CONTRACTOR
makes such provisional adjustments in regards the act or omission as a reason which
payments or time for performance as the may entitle the CONTRACTOR to additional
OWNER deems to be reasonable. compensation, damages, or an extension of
time. The OWNER, upon receipt of such
C. Written Certification. No change order shall be notice, may rescind such action, remedy such
authorized without a written certification, omission, or take such other steps as may be
signed by an official of the OWNER deemed advisable in the discretion of the
responsible for monitoring and reporting the OWNER.
status of the costs of the total project or the
contract budget, stating that funds are (2) The notice required by Subparagraph (A)(1) of
available therefor. this paragraph describes as clearly as
practicable at the time the reasons why the
Where the OWNER has assigned an engineer CONTRACTOR believes that additional
to the project, the CONTRACTOR shall submit compensation, damages, or an extension of
such proposals to the engineer in sufficient time may be remedies to which the
number that one copy may be transmitted to CONTRACTOR is entitled; and
the OWNER, one to the project inspector, and
one retained by the engineer. Upon (3) The CONTRACTOR maintains and, upon
acceptance of the proposal by all parties, a request, makes available to the OWNER within
written change order will be issued. a reasonable time, detailed records to the
extent practicable, of the claimed additional
Whenever a request for a change order costs or basis for an extension of time in
proposal is received by the CONTRACTOR, connection with such changes.
he/she shall indicate thereon his/her proposed
price to be added or deducted from the 18. Deductions for Uncorrected Work:
CONTRACT sum due to the change, together
with his/her request for any adjustment in time If the OWNER deems it inexpedient to correct
of final completion of the entire CONTRACT. WORK damaged or done not in accordance with the
CONTRACT, an equitable deduction from the
It is further agreed that all time extensions to CONTRACT price shall be made therefor.
the completion date of the CONTRACT and
any costs or changes in the CONTRACT price 19. Delays and Extension of Time:
from any cause whatsoever that may be
incurred as a result of the change order(s) are If the CONTRACTOR is significantly delayed at any

3: 12
General Conditions

time in the progress of the WORK by any act or (1) If the CONTRACTOR fails to perform this
neglect of the OWNER, or of any employee of CONTRACT within the time specified
either, or by any separate CONTRACTOR herein or any extension thereof; or
employed by the OWNER, or by significant changes
ordered in the WORK or by strikes, lockouts, fire, (2) If the CONTRACTOR fails to perform any
unavoidable casualties or any causes beyond the of the other provisions of this
CONTRACTOR's control, or by any cause which the CONTRACT, or so fails to make progress
OWNER shall decide justifies the delay, then the as to endanger performance of this
time of completion shall be extended for such CONTRACT in accordance with its terms,
reasonable time as the OWNER may decide. No and in either of these two circumstances
action shall lie against the OWNER for damages or does not cure such failure within a period
other claims due to losses attributable to hindrances of five (5) days (or such longer period as
or delays from any cause whatsoever, including the OWNER may authorize in writing)
acts and omissions of the OWNER or its agents; after receipt of notice from the OWNER
however, the CONTRACTOR may receive an specifying such failure.
extension of time in which to complete the WORK
under this CONTRACT as provided above. The B. In the event the OWNER terminates this
right to apply for such an extension of time shall be CONTRACT in whole or in part as provided in
the exclusive remedy available to the Paragraph (A) of this clause, the OWNER may
CONTRACTOR or any Subcontractor as against the procure, upon such terms and in such manner
OWNER for such loss. as the OWNER may deem appropriate,
supplies or services similar to those so
Any request for extension of time shall be made to terminated, and the CONTRACTOR shall be
the OWNER in writing within seven (7) days from liable to the OWNER for any excess costs for
the time of occurrence of cause for delay. In case such similar supplies or services; provided that
of a continuing cause of delay, only one claim is the CONTRACTOR shall continue the
necessary. performance of this CONTRACT to the extent
not terminated under the provisions of this
20. Correction of WORK Before Final Payment: clause.

The CONTRACTOR shall promptly remove from the C. Except with respect to defaults of
premises all WORK condemned by the OWNER as Subcontractors, the CONTRACTOR shall not
failing to conform to the CONTRACT, whether be liable for any excess costs if the failure to
incorporated or not, and the CONTRACTOR shall perform the CONTRACT arises out of causes
promptly replace and reexecute his/her own WORK beyond the control and without the fault or
in accordance with the CONTRACT and without negligence of the CONTRACTOR. Such
expense to the State of Utah and shall bear the causes may include, but are not restricted to,
expense of making good all WORK of other acts of God or of the public enemy, acts of the
CONTRACTORS destroyed or damaged by such state or federal government in either their
removal or replacement. sovereign or contractual capacity, fires, floods,
epidemics, quarantine restrictions, strikes,
If the CONTRACTOR does not remove such freight embargoes, and unusually severe
condemned WORK within a reasonable time, fixed weather; but in every case the failure to
by written notice, the OWNER may have the perform must be beyond the control and
materials removed and stored at the expense of the without the fault or negligence of the
CONTRACTOR. CONTRACTOR. If the failure to perform is
caused by the default of a Subcontractor, and
21. Correction of WORK After Final Payment: if such default arises out of causes beyond the
control of both the CONTRACTOR and the
Neither the final certificate of payment nor any Subcontractor, and without the fault or
provision in the CONTRACT documents nor partial negligence of either of them, the
or entire occupancy of the premises by the OWNER CONTRACTOR shall not be liable for any
shall constitute an acceptance of WORK not done in excess costs for failure to perform unless the
accordance with the CONTRACT documents or supplies or services to be furnished by the
relieve the CONTRACTOR of liability in respect to Subcontractor were obtainable from other
any express warranties or responsibility for faulty sources in sufficient time to permit the
materials or workmanship. The CONTRACTOR CONTRACTOR to meet the required delivery
shall remedy any defects in the WORK and pay for or completion schedule.
any damage to other WORK resulting therefrom
which shall appear within a period of one year from If this CONTRACT is terminated as provided in
the date of substantial completion of the WORK, Paragraph (A) of this clause, the OWNER, in
unless a longer period is specified. The OWNER addition to any other rights provided in this
will give notice of observed defects with reasonable clause, may take over the WORK and
promptness. prosecute the same to completion, by contract
or otherwise, and may take possession of, and
22. Termination for Default Clause: utilize in completing the WORK, such
materials, equipment and plants as may be on
A. The OWNER may, subject to the provisions of the site of the WORK and necessary therefor.
Paragraph (C) below, by written notice of The OWNER may require the CONTRACTOR
default to the CONTRACTOR, terminate the to transfer title and deliver to the OWNER, in
whole or any part of this CONTRACT in any the manner and to the extent directed by the
one of the following circumstances: OWNER:

3: 13
General Conditions

(1) Any completed portion of the WORK; and such application shall be submitted at least ten days
before each payment falls due. The
(2) Any partially completed portion of the CONTRACTOR shall, before the first application,
WORK and any parts, tools, dies, jigs, submit to the OWNER, a schedule of values for the
fixtures, plans, drawings, information, and various parts of the WORK, including quantities,
CONTRACT rights (hereinafter called aggregating the total sum of the CONTRACT,
"construction materials") as the divided so as to facilitate payments as outlined
CONTRACTOR has specifically produced above and made out in such form as the OWNER
or specifically acquired for the and the CONTRACTOR may agree upon, and
performance of such part of this supported by such evidence as to its correctness as
CONTRACT as has been terminated; and the OWNER may direct. This schedule, when
the CONTRACTOR shall, upon direction approved by the OWNER, shall be used as a basis
of the OWNER, protect and preserve for payment, unless it be found to be in error. In
property in the possession of the applying for payments, the CONTRACTOR shall
CONTRACTOR in which the OWNER has submit in duplicate a statement based upon this
an interest. schedule and itemized in such form and supported
by such evidence as the OWNER may direct,
Payment for completed WORK accepted by showing CONTRACTOR's right to the payment
the OWNER shall be at the contract price. claimed.
Payment for construction materials delivered to
and accepted by the OWNER and for the In making payments to the CONTRACTOR for
protection and preservation of property shall be completed WORK or for materials stored on site, it
in an amount agreed upon by the is understood between the OWNER and the
CONTRACTOR and OWNER. The OWNER CONTRACTOR that proportionate parts of such
may withhold from amounts otherwise due the payments as are made to the CONTRACTOR for
CONTRACTOR for such completed WORK or completed WORK of Subcontractors and/or
construction materials such sum as the suppliers will be transmitted to such Subcontractors
OWNER determines to be necessary to protect and/or suppliers in the form of payments for
the OWNER against loss because of completed WORK within ten (10) days after receipt
outstanding liens or claims of former lien of such payments by the CONTRACTOR. The
holders. submittal of an application by a CONTRACTOR for
a progress payment shall constitute prima facie
E. If, after notice of termination of the contract representation by that CONTRACTOR that all
under the provisions of this clause, it is previous proportionate payments made by the
determined for any reason that the OWNER to the CONTRACTOR for completed
CONTRACTOR was not in default under the WORK of Subcontractors and/or suppliers have
provisions of this clause, or that the default been transmitted to all appropriate Subcontractors
was excusable under the provisions of this and/or suppliers for their completed WORK within
clause, the rights and obligations of the parties ten (10) days after receipt of respective payments.
shall, if the CONTRACT contains a clause
providing for termination for convenience of the For projects in excess of $100,000, the
OWNER, be the same as if the notice of CONTRACTOR may request retainage to be paid to
termination had been issued pursuant to such an escrow agent for interest to accrue to the
clause. If, after notice of termination of this CONTRACTOR's benefit. See OWNER for forms
CONTRACT under the provisions of this and more information.
clause, it is determined for any reason that the
CONTRACTOR was not in default under the 24. OWNER's Right to Withhold Certain Amounts
provisions of the clause, and if this and Make Application Thereof:
CONTRACT does not contain a clause
providing for termination for convenience of the The OWNER may withhold from payment to the
OWNER, the CONTRACT shall be equitably CONTRACTOR such an amount or amounts as, in
adjusted to compensate for such termination its judgment, may be necessary to pay just claims
and the contract modified accordingly. against the CONTRACTOR or any Subcontractor
for labor and services rendered and materials
F. The rights and remedies of the OWNER furnished in and about the WORK. The OWNER
provided in this clause shall not be exclusive may apply such withheld amounts on the payment
and are in addition to any other rights and of such claims in its discretion. In so doing, the
remedies provided by law or under this OWNER shall be deemed the agent of the
CONTRACT. CONTRACTOR and payments so made by the
OWNER shall be considered as a payment made
23. Application for Payments: under the CONTRACT by the OWNER to the
CONTRACTOR and the OWNER shall not be liable
The CONTRACTOR shall submit an application to the CONTRACTOR for any such payments in
monthly for progress payments to the OWNER for good faith made. Such payments may be made
approval. The CONTRACT REPRESENTATIVE without prior determination of the claim or claims.
shall approve the payment, and obtain the signature
of the inspector for payment. Receipts or other Neither the final certificate of payment nor any
vouchers showing payments for the materials and provision in the CONTRACT documents, nor partial
labor, including payments to Subcontractors, for the or entire occupancy of the premises by the OWNER
preceding month shall be submitted with the shall constitute an acceptance of WORK not done in
application if required. accordance with the contract documents or relieve
the CONTRACTOR of liability in respect to any
If payments are made on valuation of WORK done, express warranties or responsibility for faulty

3: 14
General Conditions

materials or workmanship. The CONTRACTOR appointed officials, or any of their employees or


shall remedy any defects in the WORK and pay for authorized volunteers shall be listed as additional
any damage to other WORK resulting therefrom, insureds under each of the policies required to be
which shall appear within a period of one year from purchased and maintained by CONTRACTOR, with
the date of the certificate of substantial completion the exception of Workers' Compensation. Each
of the WORK, unless a longer period is specified. policy so required shall be primary to the aforesaid
The OWNER will give notice of observed defects additional insureds listed above, and shall apply to
with reasonable promptness. the full policy limits prior to any other insurance
coverage which the aforesaid additional insureds
25. Liability Insurance: may have in the event of claim under any of said
policies, but, only with respect to WORK being
To protect against liability, loss, or expense arising performed by CONTRACTOR on behalf of the
from damage to property or injury or death of any aforesaid additional insureds.
person or persons incurred in any way out of, in
connection with or resulting from the WORK Before the WORK is commenced, certificates
provided hereunder, CONTRACTOR shall obtain at evidencing that satisfactory coverage of the type
its own expense from reliable insurance companies and limits set forth above are in effect, shall be
acceptable to OWNER's Risk Manager and furnished to the OWNER. Such insurance policies
authorized to do business in the state in which the shall contain provisions that no alteration,
work is to be performed, and shall maintain in full cancellation or material change therein shall
force during the entire period of this contract the become effective except upon thirty (30) days prior
following or equivalent insurance: written notice to OWNER's Risk Manager as
evidenced by return of registered or certified letter
(a) Workers' Compensation Insurance and sent to OWNER's Risk Manager.
Employers' Liability Insurance providing
statutory benefits. Any and all deductibles in the above described
policies shall be assumed by, for the account of,
(b) Comprehensive General Liability Insurance, and at sole risk of CONTRACTOR.
including premises-operations; explosion;
collapse and underground hazards; products 26. Property Insurance:
and completed operation hazards; blanket
contractual; broad form property damage; OWNER shall provide "all risk" property insurance
independent CONTRACTORs; and personal to protect OWNER, as well as all CONTRACTORs,
injury including employees with limits not less Subcontractors and sub-subcontractors with respect
than $1,000,000 combined single limit per to WORK performed hereunder at OWNER's own
occurrence. cost and expense, according to the policy forms
currently in force with insurance carriers selected by
(c) Comprehensive Automobile Liability Insurance OWNER's Risk Manager. OWNER's Risk Manager
including owned, hired and non-owned will furnish, upon request, all parties in interest with
automobiles with limits not less that copies of said policies authenticated by authorized
$1,000,000 combined single limit per agents of the insurers or the State Risk
occurrence. Management Fund.

(d) CONTRACTOR using its own aircraft, or The above described policies shall be subject to a
employing aircraft in connection with the total deductible of $500.00 per loss occurrence,
WORK performed under this contract shall which shall be assumed by all insureds in proportion
maintain Bodily Injury and Property Damage to their share of the total amount of an insured loss
Liability coverage with a combined single limit occurrence.
of not less than $1,000,000 per occurrence.
Any insured property loss is to be adjusted with the
Any policy required by this section may be arranged OWNER's Risk Manager, and made payable to the
under a single policy for the full limit required, or by OWNER's Risk Manager as trustee for the insureds,
a combination of underlying policies with the as their interests may appear, subject to the
balance provided by an Excess or Umbrella Liability requirements of any applicable loss payable clause.
policy.
CONTRACTOR and OWNER hereby waive all
OWNER may accept equivalent self-insured rights against each other for damages caused by
programs in lieu of insurance upon specific approval perils insured against under the property insurance
of OWNER's Risk Manager. provided by OWNER, except such rights as
CONTRACTOR may have to the proceeds of such
Irrespective of the requirements as to insurance to insurance held by the OWNER's Risk Manager as
be carried by CONTRACTOR as provided herein, trustee.
insolvency, bankruptcy or failure of any insurance
company to pay all claims accruing, shall not be If the CONTRACTOR requests in writing that
held to relieve CONTRACTOR of any obligations insurance for special hazards be included in the
hereunder. property insurance policy, the OWNER's Risk
Manager shall, if possible, include such insurance,
The State of Utah and all Institutions, Agencies, and the cost thereof shall be charged to the
Departments, Authorities and Instrumentalities of CONTRACTOR by appropriate change order.
the State of Utah, and while acting within the scope
of their duties as such: any member of their 27. Indemnification:
governing bodies, or of their boards, commissions,
or advisory committees, or any of their elected or "Indemnities" shall be defined for the purposes of

3: 15
General Conditions

this section: the State of Utah and all institutions, workers' compensation acts, disability benefit acts
agencies, departments, authorities, and or other employee benefit acts.
instrumentalities of the State of Utah, and any
member of their governing bodies, or of their boards The CONTRACTOR shall indemnify and hold
or commissions, or any of their elected or appointed harmless indemnities from all claims, demands,
officers, or any of their employees or authorized causes of action or suits of whatever nature arising
volunteers. out of services, equipment, supplies, materials
and/or labor furnished by CONTRACTOR or its
The CONTRACTOR will protect, indemnify and hold Subcontractors under this agreement; from all labor
harmless indemnities from every kind and character and/or mechanic or materialmen liens upon the real
of damages, losses, expenses, demands, claims property upon which the work is located arising in
and causes of action arising against indemnities favor of laborers and/or materialmen,
and their Subcontractors, their officers, agents, Subcontractors and suppliers, out of services,
employees or any other person, firm or corporation equipment, supplies, materials and/or labor
whatsoever from, against, or on account of any and furnished by CONTRACTOR or any of his/her
all claims damages, losses, demands causes of Subcontractors from all liens, claims and
action and expenses (including attorney's fees) encumbrances arising from the performance of
arising out of or resulting from any violation or CONTRACTOR or his/her Subcontractors.
alleged violation by CONTRACTOR, his officers,
agents and employees, or his Subcontractors or 28. Guarantee Bonds:
their officers, agents and employees of any federal,
state or local law, statute or ordinance, relating to The CONTRACTOR shall include in his/her bid, as
the WORK to be performed by the CONTRACTOR part of the quoted total, all costs involved in
on the project growing out of or incident to the securing and furnishing the following bonds based
WORK to be performed and operations to be on the completed cost of the CONTRACT:
conducted by CONTRACTOR, or his
Subcontractors, under this agreement, whether (a) A full 100% performance bond covering the
such claims, death or damages, result from or are faithful execution of the CONTRACT; and
claimed to have resulted from the negligence of
CONTRACTOR, his officers, agents or employees, (b) A full 100% payment bond of all obligations
or his Subcontractors, their officers, agents, arising thereunder.
employees, or whether resulting from or alleged to
have resulted from the concurrent negligence of 29. Liens:
indemnities and/or CONTRACTORs, their officers,
agents or employees. The CONTRACTOR, at his Neither the final payment nor any part of the
own expense, shall defend any suit or action retained percentage shall become due until the
brought against OWNER based on any such CONTRACTOR, if required, shall deliver to the
alleged injury, death or damage, and shall pay all OWNER a complete release of all liens arising out
damages, costs and expenses, including attorney's of this CONTRACT, or receipts in full in lieu thereof,
fees in connection therewith or in any manner and, if required in either case, an affidavit that so far
resulting therefrom. Such damages will include all as CONTRACTOR has knowledge or information
the injuries or damages occasioned by the failure of, the releases and receipts include all the labor and
use of, or misuse of any and all kinds of equipment, materials for which a lien could be filed, but the
whether owned or rented by CONTRACTOR or CONTRACTOR may, if any Subcontractor refuses
furnished by a Subcontractor. to furnish a release or receipt in full, furnish a bond
satisfactory to the OWNER to indemnify him/her
The OWNER shall be fully informed by the against any lien. If any lien remain unsatisfied after
CONTRACTOR of settlement negotiations all payments are made, the CONTRACTOR shall
regarding any matter referred to in the preceding refund to the OWNER all moneys that the latter may
paragraph and shall first approve any settlement to be compelled to pay in discharging such a lien,
be made by CONTRACTOR. Any such settlement including all costs and a reasonable attorney's fee.
shall include a release of all claims relating to
OWNER. The form copy of all releases obtained 30. Assignment:
shall be furnished by OWNER. If CONTRACTOR is
unable to make settlement of any such claims within The CONTRACTOR shall not assign the
fifteen (15) days after the final completion date, the CONTRACT or sublet it as a whole without the
OWNER reserves the right, at his/her option, to written consent of the OWNER, nor shall the
either make settlement of the claim and charge the CONTRACTOR assign any moneys due or to
amount to CONTRACTOR or to withhold the dollar become due to CONTRACTOR hereunder, without
amount, in whole or in part, of the claim or claims in the previous written consent of the OWNER.
question from payment to CONTRACTOR until
OWNER receives a release for such claim or 31. Mutual Responsibility of Contractors:
claims.
Should the CONTRACTOR cause damage to any
In any and all claims against indemnities by any separate CONTRACTOR on the WORK, the
employee or CONTRACTOR, any Subcontractor, CONTRACTOR agrees, upon due notice, to settle
anyone directly or indirectly employed by any of with such CONTRACTOR by agreement or
them or anyone for whose acts any of them may be arbitration, if he/she will so settle. If such separate
liable, the indemnification obligation under this CONTRACTOR sues the OWNER on account of
article shall not be limited in any way by any any damage alleged to have been so sustained, the
limitation on the amount or type of damages, OWNER shall notify the CONTRACTOR, who shall
compensation or benefits payable by or for defend such proceedings at his/her own expense,
CONTRACTOR or any Subcontractor under and if any judgment against the OWNER arises

3: 16
General Conditions

therefrom, the CONTRACTOR shall pay or satisfy it 35. State's Inspection:


in its entirety.
The OWNER, at his/her option, may assign a
32. Separate Contracts: inspector to the project. Such staff inspector will
cooperate with the CONTRACT
The OWNER reserves the right to let other REPRESENTATIVE and design engineer in noting
CONTRACTS in connection with this WORK. The deviations from, or necessary adjustments to, the
CONTRACTOR shall afford other CONTRACTORs CONTRACT documents or of deficiencies or
reasonable opportunity for the introduction and defects in the construction. The staff inspector's
storage of their materials and the execution of their presence on the project, however, shall in no way
work and shall properly connect and coordinate relieve the CONTRACT REPRESENTATIVE of the
his/her WORK with theirs. prime responsibilities as set forth herein.

If any part of the CONTRACTOR's WORK depends 36. CONTRACT REPRESENTATIVE Status:
for proper execution or results upon the WORK of
any other CONTRACTOR, the CONTRACTOR shall The OWNER shall appoint a CONTRACT
inspect and promptly report to the OWNER any REPRESENTATIVE who shall have general
defects in such WORK that render it unsuitable for supervision of the work and he/she is the agent of
such proper execution and results. His/her failure the OWNER to the extent provided in the
so to inspect and report shall constitute an CONTRACT documents and when in special
acceptance of the other CONTRACTOR's work as instances he/she is authorized by the OWNER to so
fit and proper for the reception of his/her work, act.
except as to defects which may develop in the other
CONTRACTOR's WORK after the execution of As the CONTRACT REPRESENTATIVE is, in the
his/her WORK. To insure the proper execution of first instance, an interpreter of the conditions of the
his/her subsequent WORK, the CONTRACTOR CONTRACT and a judge of its performance, he/she
shall measure WORK already in place and shall at shall side neither with the OWNER nor with the
once report to the OWNER any discrepancy CONTRACTOR, but shall use his/her powers under
between the executed WORK and the drawings. the CONTRACT to enforce its faithful performance
by both.
33. Subcontractors:
37. CONTRACT REPRESENTATIVE's Decisions:
The two apparent low bidders shall furnish to the
OWNER, within twenty-four (24) hours after the The CONTRACT REPRESENTATIVE shall, within a
opening of bids, a list of the Subcontractors by reasonable time, make decisions on all claims of the
name and amounts where Subcontractors' bids are OWNER or CONTRACTOR and on all other matters
in excess of $5,000 and shall not employ any that relating to the execution and progress of the WORK
the OWNER may, within a reasonable time, object or the interpretation of the CONTRACT documents.
to as incompetent or unfit. Bidders shall not list
themselves or "self" under any category as 38. Cash Allowances:
Subcontractor unless the bidder intends to perform
as the Subcontractor for which he/she lists "self," The CONTRACTOR shall include in the BID PRICE
and unless he/she generally and regularly performs all allowances named in the CONTRACT
that type of subcontract WORK. The OWNER shall, documents and shall cause the WORK so covered
on request, furnish to any Subcontractor, wherever to be done by such CONTRACTORs and for such
practicable, evidence of the amounts certified on sums as the CONTRACT REPRESENTATIVE may
this account. specify and certify, the BID PRICE being adjusted
in conformity therewith, upon approval of the
The CONTRACTOR agrees that CONTRACTOR is OWNER.
as fully responsible to the OWNER for the acts and
omissions of his Subcontractors and of persons 39. Use of Premises:
either directly or indirectly employed by them, as
he/she is for the acts and omissions of persons The CONTRACTOR shall confine apparatus, the
directly employed by CONTRACTOR. storage of materials and the operations of his/her
workers to limits indicated by law, ordinances,
Nothing contained in the CONTRACT documents permit or directions of the CONTRACT
shall create any contractual relation between any REPRESENTATIVE and shall not unreasonably
Subcontractor or supplier and the OWNER. encumber the premises with his/her materials. The
CONTRACTOR shall not load or permit any part of
34. Relations of CONTRACTOR and the equipment or structure to be loaded with a
Subcontractor: weight that will endanger its safety or the safety of
any person on the premises.
The CONTRACTOR agrees to bind every
Subcontractor and every Subcontractor agrees to 40. Cutting, Patching and Digging:
be bound by the terms of the agreement, the
general conditions, and the drawings and The CONTRACTOR shall do all cutting, patching or
specifications as far as applicable to his/her WORK. fitting of his/her WORK that may be required to
Nothing in this article shall create any obligation on make its several parts come together properly and
the part of the OWNER to pay or to see to the fit it to receive or be received by WORK of other
payment of any sums to any Subcontractor. CONTRACTORs shown upon, or reasonably
implied by, the drawings and specifications for the
completed structure, and he shall make good after
them as the CONTRACT REPRESENTATIVE may

3: 17
General Conditions

direct. 44. Emergencies:

Any cost caused by defective or ill-timed work shall In an emergency affecting the safety of life, or of the
be borne by the party responsible therefor. The structure or of adjoining property, then the
CONTRACTOR shall not endanger any WORK by CONTRACTOR, without special instruction or
cutting, digging or otherwise, and shall not cut or authorization from the OWNER, shall act at his/her
alter the WORK of any other CONTRACTOR save discretion to prevent such threatened loss or injury.
with the consent of the CONTRACT Any compensation claimed to be due him/her
REPRESENTATIVE. therefrom shall be determined as provided for under
Article 17, "Changes."
41. Cleaning Up:
45. Testing of Materials:
The CONTRACTOR shall at all times keep the
premises free from accumulations of waste material In case the CONTRACT REPRESENTATIVE direct
or rubbish caused by his/her employees or WORK. that any materials be tested or analyzed, then the
At the completion of the WORK, CONTRACTOR CONTRACTOR shall furnish a sample for the test,
shall remove all rubbish from and about the building such sample being selected according to the
and all tools, scaffolding and surplus materials and directions of the CONTRACT REPRESENTATIVE.
shall leave his/her WORK "broom-clean" or its The cost of testing or analysis of such sample or
equivalent, unless more exactly specified. In case samples shall be borne by the manufacturer or
of dispute, the OWNER may remove the rubbish supplier of the product. This provision shall not
and charge the cost to the several CONTRACTORs apply to the testing of concrete. The cost of testing
as the CONTRACT REPRESENTATIVE may shall be borne by the OWNER.
determine to be just.
46. Temporary Enclosing, Drying Out, Etc.:
42. Substitutions:
If applicable when openings are made in exterior
Where reference is made to one or more propriety walls, the CONTRACTOR shall, if required by the
products but restrictive descriptive material of one OWNER on account of weather or security
or more manufacturer(s) is used, it is understood conditions, close up all exterior openings (except
that the products of other manufacturers will be one or more which are to be provided with battened
accepted, provided they equal or exceed the doors, padlocks, etc.) with temporary frames
standards set forth in the plans and specifications covered with approved material.
and are compatible with the intent and purpose of
the design, subject to the written approval of the The CONTRACTOR must, at all times, protect the
OWNER and the CONTRACT REPRESENTATIVE building from damage from weather, surface water
prior to the opening of bids. Requests for and or subsoil drainage. He/she must keep the
information pertaining to said approval must be excavations dry, if necessary, by pumping, while
submitted to the OWNER no later than four (4) concrete or masonry is being laid.
working days (not including Saturday, Sunday or
state holidays) prior to bid opening. If the 47. Examination of Site:
descriptive material is not restrictive, the products of
other manufacturers specified will be accepted The CONTRACTOR shall visit the site and examine
without prior approval provided they are compatible for himself/herself the site conditions. He/she shall
with the intent and purpose of the design. furnish all labor and materials necessary for
preparation of the site for the execution of this
The CONTRACTOR may propose the substitution CONTRACT.
of any material as a supplement to his/her bid with
the monetary amount, additive or deductive as may 48. Storage and Care of Materials:
be the case, clearly stated and shall include the
manufacturer's complete descriptive information The CONTRACTOR shall provide, maintain and
with the proposed substitution. This shall be remove when directed, suitable, substantial,
completely apart and separate from the BID PRICE watertight storage sheds upon the premises where
quotation and shall be solely for the information of directed, in which he/her shall store his/her
the OWNER and the use of such proposed materials. All cement, lime and other materials
substitutions shall be strictly at the decision of the affected by moisture shall be covered and protected
OWNER. If substitution is accepted by the to keep from damage while it is being transported to
OWNER, the CONTRACT sum shall be adjusted the site.
from the BID PRICE either up or down as indicated
on the supplementary list by change order after 49. Construction Risks:
award.
The construction and all materials and WORK
43. Laying Out WORK: connected therewith shall be at the
CONTRACTOR's risk until they are accepted, and
The CONTRACTOR shall be held strictly he/she will be held responsible for and liable for
responsible for the accuracy of the laying out of their safety in the amount paid to him/her by the
his/her WORK and for its strict conformity with the OWNER on account thereof.
existing conditions of the building and shall
determine all changes and chases and openings 50. Temporary Appurtenances and Conveniences:
before WORK is commenced.
The CONTRACTOR shall provide well-fastened
ladders and other means to facilitate inspection of
the work.

3: 18
General Conditions

shall be incorporated into the work without any


51. Scaffolding, Tools, Etc.: additional cost to the OWNER. If the plans and
specifications call for items or workmanship which
The CONTRACTOR shall provide and erect all the exceed the codes, the plans and specifications hold
necessary platforms, scaffolds and supports of precedence over any code requirements.
ample strength required for the handling of the
materials and other loading to be imposed. The 58. Nondiscrimination - Equal Employment
same shall apply to all derricks and hoisting Opportunity:
machinery, all appliances and materials, ladders,
horses, poles, plants, ropes, wedges, centers, In order to comply with the provisions of the Utah
moulds, and other tools and materials, and the Anti-Discrimination Act of 1965, relating to unfair
cartage thereof to and from the site as may become employment practices, the CONTRACTOR agrees
necessary for the performance of his/her contract. as follows:

52. Sanitary Provisions: A. The CONTRACTOR will not discriminate


against any employee or applicant for
The CONTRACTOR shall provide a chemical toilet employment because of race, color, sex,
for his workers' use. The CONTRACTOR shall religion ancestry or natural origin.
keep the toilet clean, neat and in first-class
condition at all times. B. In all solicitations or advertisements for
employees, the CONTRACTOR will state that
53. Refuse: all qualified applicants will receive
consideration without regard to race, color,
Refuse barrels are to be provided by the sex, religion, ancestry or national origin.
CONTRACTOR for the workers' lunch boxes and
papers. C. The CONTRACTOR will send to each labor
union or workers' representative notices to be
54. Removing Water: provided, stating the CONTRACTOR's
responsibilities under the statute.
The CONTRACTOR shall remove, at his/her
expense from all excavations and/or from the site, D. The CONTRACTOR will furnish such
all unwanted water appearing from any cause information and reports as requested by the
during any stage of the WORK until the site is division for the purpose of determining
accepted by the OWNER. All excavations shall be compliance with the statute.
free from water before any concreting or other
WORK is done in them. E. Failure of the CONTRACTOR to comply with
the statute, the rules and regulations
55. Taxes: promulgated thereunder and this
nondiscrimination clause shall be deemed a
The CONTRACTOR shall include in his/her BID breech of contract and it may be canceled,
PRICE the cost of social security, unemployment terminated or suspended in whole or in part.
compensation, and sales and use taxes as required
by federal and state laws. F. The CONTRACTOR shall include the
provisions of the above Paragraphs A through
56. Citizens Preferred: E in all subcontracts for this project.

Preference shall be given in hiring citizens of the 59. Affirmative Action:


United States or those having declared their
intention of becoming citizens; failure to comply may The CONTRACTOR will take affirmative action to
result in the OWNER declaring the contract void. ensure that applicants are employed and that
employees are treated during employment without
57. Code Requirements: regard to their race, color, religion, sex or national
origin. Such action shall include, but not be limited
The provisions of the 1979 Uniform Building Code, to the following: employment; upgrading; demotion
and the 1980 Supplement to Uniform Building Code or transfer; recruitment or recruitment advertising;
and Uniform Building Code Standards, the 1981 layoff or termination; rates of pay or other forms of
National Electrical Code, except as specific compensation; and selection for training, including
variances therewith may be authorized by the apprenticeship.
OWNER, and the 1979 Utah Plumbing Code as
amended, shall apply. At its discretion, the OWNER may perform a
compliance review at the office and project of the
If the drawings and specifications fail to meet the CONTRACTOR to check on compliance in hiring
minimum standards of the above-mentioned codes, practices, record-keeping, contracting of agencies
it shall be the responsibility of the CONTRACTOR and unions, advertising, informing of personnel of
to bring such information to the attention of the the requirements under this provision, etc. If the
OWNER having jurisdiction. Subcontractors shall visit to the project site or other information received
also inform the CONTRACTOR of any infractions of indicates need to perform a compliance review
the above-mentioned codes regarding their own more frequently on a project, this will be done. The
particular trades. size of the project, complaint situation, and past
record of CONTRACTOR will determine the
In the event that workmanship or incidental frequency of on-the-job compliance reviews.
materials are not specified or indicated, they shall at
least conform to the above-mentioned codes and

3: 19
General Conditions

60. Safety: The date of substantial completion of the WORK or


designated portion thereof is the date certified by
The CONTRACTOR shall institute a safety program the OWNER when construction is sufficiently
at the start of construction to minimize accidents; complete in accordance with the CONTRACT
such program to continue to the end of the job and documents so the OWNER may occupy the site or
conform to the latest general safety orders of the designated portion thereof for the use for which it is
State Industrial Commission. The CONTRACTOR intended. When the CONTRACTOR determines
shall post signs, erect barriers, etc., as necessary to that the WORK, or a designated portion thereof
implement this program. The CONTRACTOR shall acceptable to the OWNER, is substantially
have all workers and all visitors on site wear safety complete, the OWNER shall prepare a list of items
hard hats and obey all safety rules and regulations to be completed or corrected. The failure to include
and statutes as soon as the CONTRACTOR any item on such list does not alter the responsibility
proceeds. The CONTRACTOR shall post a sign of the CONTRACTOR to complete all WORK in
regarding hats in a conspicuous location and furnish accordance with the contract documents. When the
extra hats at his/her expense for visitors. OWNER, on the basis of an inspection, determines
that this WORK is substantially complete, the
61. Rubbish Disposal: CONTRACT REPRESENTATIVE then will prepare
a Certificate of Substantial Completion which shall
Rubbish, trash, etc., shall not be burned on establish the date of substantial completion; shall
premises unless approved by the local fire authority, state the responsibilities of the OWNER and the
but rather, hauled from the site and legally disposed CONTRACTOR for maintenance, heat, utilities and
of or other methods as specified by OWNER. insurance; and shall fix the time within which the
CONTRACTOR shall complete the items listed
62. Subcontractors Financial Bid Limits and therein, said time to be within the CONTRACT time
License Classification: unless extended pursuant to Article, "Delays and
Extension of Time." The certificate of substantial
The CONTRACTOR shall verify the license completion shall be submitted to the OWNER and
classification and bid limit of each of his/her the CONTRACTOR for their written acceptance of
Subcontractors. Regulations prohibit work of the the responsibilities assigned to them in such
above Subcontractors exceeding their respective certificate. A sample form of the certificate of
bid limit and working outside of license classification substantial completion is included in the
as determined by the Department of Business specifications.
Regulation, Department of Contractors.
If within one year after the date of substantial
In the event the bid limit or classification is not completion or within such longer period of time as
complied with, the respective Subcontractor(s) may be prescribed by law or by the terms of any
mentioned above will be disqualified by the applicable special guarantee required by the
OWNER, and the CONTRACTOR shall be CONTRACT documents, any of the WORK is found
responsible to provide a suitable and properly to be defective or not in accordance with the
qualified Subcontractor as approved by the OWNER CONTRACT documents, the CONTRACTOR shall
without a change in the contract price. correct it promptly after receipt of written notice from
the OWNER to do so unless the OWNER has
63. Balancing and Testing: previously given the CONTRACTOR a written
acceptance of such condition. The OWNER shall
It is the intent of this specification that the site, when give such notice promptly after discovery of the
presented to the OWNER for final acceptance, be condition.
complete and operable in all respects, including, but
not limited to, mechanical, utilities, and other 65. Other Prohibited Interests:
systems which are tuned, tested, and balanced to
the satisfaction of the OWNER, or his/her No official of the OWNER who is authorized in such
appropriate engineers and consultants. Any and all capacity and on behalf of the OWNER to negotiate,
testing and balancing necessary shall be done as make, accept or approve, or to take part in
part of the CONTRACT with the state. negotiating, making, accepting, or approving any
architectural engineering, inspection, construction or
During, or in connection with the inspection of the material supply contract or any subcontract in
WORK, the CONTRACTOR or his/her appropriate connection with the construction of the project, shall
Subcontractor(s) shall perform such tests and/or become directly interested personally in the contract
demonstrations of the operation of the systems, or or in any part hereof.
its components, as may be requested by the
OWNER, or his/her appropriate engineers and No officer, employee, attorney, engineer or
consultants, as necessary to adequately determine inspector of or for the OWNER who is authorized in
the acceptability of the installation. such capacity and on behalf of the OWNER to
exercise any legislative, executive, supervisory or
64. Substantial Completion: other similar functions in connection with the
construction of the project shall become directly or
The OWNER will conduct inspections to determine indirectly interested personally in this contract or in
the dates of substantial completion and final any part thereof, any material supply contract,
payment, will receive written guarantees and related subcontract, insurance contract, or any other
documents required by the CONTRACT and contract pertaining to the project.
assembled by the CONTRACTOR and submit these
to the OWNER, and will issue a final certificate for 66. Conflicting Conditions:
payment.
Any provision in any of the CONTRACT documents

3: 20
General Conditions

which may be in conflict or inconsistent with any of indicated in this CONTRACT; or


the paragraphs in these general conditions shall be
void to the extent of such conflict or inconsistency. (2) Unknown physical conditions at the site of
In the event of conflicts of plans and specifications, an unusual nature, differing materially
the CONTRACTOR shall follow the most stringent from those ordinarily encountered and
requirements as approved by the OWNER. generally recognized as inherent in
WORK of the character provided for in
67. Monthly Progress Meetings: this CONTRACT.

Monthly progress meetings may be held at the B. Adjustments of Price or Time for Performance.
discretion of the OWNER or the general After receipt of such notice, the OWNER shall
CONTRACTOR, at which time the Subcontractors promptly investigate the site, and if it is found
and/or suppliers will be required to be present. that such conditions do materially so differ and
cause an increase in the CONTRACTOR's
68. Suspension of WORK: cost of, or the time required for, performance of
any part of the WORK under this contract,
A. Suspension of WORK for the Convenience of whether or not changed as a result of such
the Owner. The OWNER may order the conditions, an equitable adjustment shall be
CONTRACTOR in writing to suspend, delay or made and the CONTRACT modified in writing
interrupt all or any part of the WORK for such accordingly. Any adjustment in CONTRACT
period of time as the OWNER may determine price made pursuant to this clause shall be
to be appropriate for the convenience of the determined in accordance with the Price
OWNER. Adjustment Clause of this CONTRACT.

B. Adjustment of Cost. If the performance of all C. Time Period for Notice of Claims. Any claim by
or any part of the work is suspended, delayed the CONTRACTOR for an adjustment under
or interrupted by an act or failure to act of the this clause must be asserted by the
OWNER for an unreasonable period of time, CONTRACTOR, in writing, within thirty (30)
an equitable adjustment in the CONTRACT days from the date of the CONTRACTOR's
price shall be made for any increase in the cost notice to the OWNER concerning the differing
of performance of this CONTRACT necessarily site conditions; provided that the OWNER may,
caused by such unreasonable suspension, in his/her sole discretion, receive and act upon
delay or interruption and an equitable any such claim asserted at any time prior to
adjustment of time for completion of the WORK issuance of notice of substantial completion.
will be allowed the CONTRACTOR and the
CONTRACT shall be modified in writing D. No claim shall be allowed unless the
accordingly. However, no adjustment shall be CONTRACTOR has given the notice required
made under this clause for any suspension, in Subparagraph (A) of this clause; provided
delay or interruption to the extent: that the time prescribed therefor may be
extended by the OWNER.
(1) That performance would have been so
suspended, delayed or interrupted by any E. Knowledge. Nothing contained in this clause
other cause, including the fault or shall be grounds for an adjustment in
negligence of the CONTRACTOR; or compensation if the CONTRACTOR had actual
knowledge of the existence of such conditions
(2) For which an adjustment is provided or prior to the submission of bids.
excluded under any other provision of this
CONTRACT. 70. Price Adjustment:

C. Time Period for Claims. Any claim by the A. Price Adjustment Methods. Any adjustment in
CONTRACTOR for adjustment under this BID PRICE pursuant to any clause in this
clause must be asserted by the CONTRACT shall be made in one or more of
CONTRACTOR, in writing, within thirty (30) the following ways:
days from the date of termination of such
suspension, delay or interruption; provided that (1) By agreement on a fixed-price adjustment
the OWNER may, in his/her sole discretion, before commencement of the pertinent
receive and act upon any such claim asserted performance;
at any time prior to final payment under this
CONTRACT. (2) By unit prices specified in this
CONTRACT;
D. Adjustments of Price. Any adjustment in
contract price made pursuant to this clause (3) By the costs attributable to the applicable
shall be determined in accordance with the events or situations, plus appropriate
price adjustment clause of this CONTRACT. profit or fee, in the following manner:

69. Differing Site Conditions: (a) The CONTRACTOR shall furnish to


the OWNER a detailed estimate of
A. Notice. The CONTRACTOR shall promptly, the actual cost of labor, materials,
and before such conditions are disturbed, taxes and equipment required for the
notify the OWNER, in writing, concerning any: performance of such WORK.
Equipment rental rates shall not
(1) Subsurface or latent physical conditions exceed those of comparable rates
at the site differing materially from those charged by rental companies or as

3: 21
General Conditions

agreed to by the OWNER and


CONTRACTOR prior to start of the B. After receipt of a notice of termination, and
project. except as otherwise directed by the OWNER,
the CONTRACTOR shall:
(b) For added or omitted work by a
Subcontractor (not including unit (1) Stop WORK under the CONTRACT on
price) the CONTRACTOR shall the date and to the extent specified in the
furnish to the OWNER a detailed notice of termination;
estimate of the actual cost of the
Subcontractors for labor, materials, (2) Place no further orders or subcontracts
taxes and equipment to be used for for materials, services or facilities, except
such WORK. Each such estimate as may be necessary for completion of
shall be signed by the Subcontractor such portion of the WORK under the
as his/her estimate of the costs CONTRACT as is not terminated;
thereto.
(3) Terminate all orders and subcontracts to
(c) The CONTRACTOR and the extent that they relate to performance
Subcontractor agree that a fixed fee of WORK terminated by the notice of
not exceeding 15% of the increased termination;
costs shall be full compensation to
cover all costs of supervision, (4) Assign to the OWNER in the manner, at
overhead, bond, and any other direct the times, and to the extent directed by
or indirect overhead expenses and the OWNER, all of the right, title, and
profit. interest of the CONTRACTOR under the
orders and subcontracts so terminated, in
(4) In such manner as the parties may which case the OWNER shall have the
mutually agree; or right, in his/her discretion, to settle or pay
any or all claims arising out of the
(5) In the absence of agreement between the termination of such orders and
parties, by a unilateral determination by subcontracts;
the OWNER of the costs attributable to
the applicable event or situation, plus (5) Settle all outstanding liabilities and all
appropriate profit or fee, all as computed claims arising out of such termination of
by the OWNER, subject to the orders and subcontracts, with the
CONTRACTOR's legal and contractual approval or ratification of the OWNER,
remedies. which approval or ratification shall be final
for all the purposes of this clause:
B. Submission of Cost or Pricing Data. The
CONTRACTOR shall submit certified cost or (6) Transfer title and deliver to the OWNER in
pricing data for any price adjustments, except the manner, at the times, and to the
where they are based upon established extent, if any, directed by the OWNER:
catalog prices or market prices, or upon
adequate price competition or are set by law or (a) The fabricated or unfabricated parts,
regulation. Any price adjustments allowable WORK in process, completed
hereunder shall exclude sums found by the WORK, supplies, and other material
OWNER to have resulted from any cost or produced as a part of, or acquired in
pricing data furnished by the CONTRACTOR connection with the performance of
which were inaccurate, incomplete or not the WORK terminated by the notice
current as of the date of their submission to the of termination; and
OWNER.
(b) The completed or partially completed
71. Termination for Convenience of the Owner: plans, drawings, information, and
other property which, if the
A. The performance of WORK under this contract CONTRACT had been completed,
may be terminated by the OWNER in would have been required to be
accordance with this clause in whole, or from furnished to the OWNER;
time to time, in part, whenever the OWNER
shall determine that such termination is in the (7) Use his/her best efforts to sell, in the
best interest of the OWNER or any person for manner, at the times, to the extent, and at
whom the OWNER is acting under this the price or prices directed or authorized
CONTRACT. Any such termination shall be by the OWNER, any property of the types
effected by delivery to the CONTRACTOR of a referred to in (6) above; provided,
notice of termination specifying the extent to however, that the CONTRACTOR:
which performance of WORK under the
contract is terminated, and the date upon (a) Shall not be required to extend credit
which such termination becomes effective. to any purchaser; and

No termination may be effected unless the (b) May acquire any such property
CONTRACTOR is given (1) not less than ten under the conditions prescribed by
calendar days written notice (delivered by and at a price or prices approved by
certified mail, return receipt requested), and (2) the OWNER; and provided further
an opportunity for consultation with the that the proceeds of any such
OWNER prior to termination. transfer of disposition shall be

3: 22
General Conditions

applied in reduction of any payments E. In the event of the failure of the


to be made by the OWNER to the CONTRACTOR and the OWNER to agree, as
CONTRACTOR under this provided in Paragraph (D), upon the whole
CONTRACT or shall otherwise be amount to be paid to the CONTRACTOR by
credited to the price or cost of the reason of the termination of WORK pursuant to
work covered by this CONTRACT or this clause, the OWNER shall pay to the
paid in such other manner as the CONTRACTOR the amounts determined by
OWNER may direct; the OWNER as follows, but without duplication
of any amounts agreed upon in accordance
(8) Complete performance of such part of the with Paragraph (D):
WORK as shall not have been terminated
by the notice of termination; and (1) With respect to all CONTRACT WORK
performed prior to effective date of the
(9) Take such action as may be necessary, notice of termination, the total (without
or as the OWNER may direct, for the duplication of any items) of:
protection and preservation of the
property related to this contract which is (a) The cost of such WORK;
in the possession of the CONTRACTOR
in which the OWNER has or may acquire (b) The cost of settling and paying
an interest. claims arising out of the termination
of WORK under subcontracts or
C. After receipt of a notice of termination, the orders as provided in Paragraph
CONTRACTOR shall submit to the OWNER (B)(5) above, exclusive of the
his/her termination claim, in the form and with amounts paid or payable on account
certification prescribed by the OWNER. Such of supplies or materials delivered or
claim shall be submitted promptly but in no services furnished by the
event not later than sixty (60) days from the Subcontractor prior to the effective
effective date of termination, unless one or date of the notice of termination
more extensions in writing are granted by the under this CONTRACT, which
OWNER, upon request of the CONTRACTOR amounts shall be included in the cost
made in writing within such period or on account of which payment is
authorized extension thereof. However, if the made under (a) above; and
OWNER determines that the facts justify such
action, he/she may receive and act upon any (c) A sum, as profit on (a) above,
such termination claim at any time after such determined by the OWNER to be fair
sixty (60) day period or any extension thereof. and reasonable; provided, however,
Upon failure of the CONTRACTOR to submit that if it appears that the
his/her termination claim within the time CONTRACTOR would have
allowed, the OWNER may determine, on the sustained a loss on the entire
basis of information available to him/her, the CONTRACT had it been completed,
amount, if any, due to the CONTRACTOR by no profit shall be included or allowed
reason of the termination and shall thereupon under this subdivision (c) and an
pay to the CONTRACTOR the amount so appropriate adjustment shall be
determined. made reducing the amount of the
settlement to reflect the indicated
D. Subject to the provisions of Paragraph (C), the rate of loss; and
CONTRACTOR and the OWNER may agree
upon the whole or any part of the amount or (2) The reasonable cost of the preservation
amounts to be paid to the CONTRACTOR by and protection of property incurred
reason of the total or partial termination of pursuant to Paragraph (B)(9); and any
WORK pursuant to this clause, which amount other reasonable cost incidental to
or amounts may include a reasonable termination of WORK under this
allowance for profit on WORK done; provided CONTRACT, including expense incidental
that such agreed amount or amounts, to the determination of the amount due to
exclusive of settlement costs, shall not exceed the CONTRACTOR as the result of the
the total contract price as reduced by the termination of WORK under this
amount of payments otherwise made and as CONTRACT.
further reduced by the CONTRACT price of
work not terminated. The CONTRACT shall be The total sum to be paid to the
amended accordingly, and the CONTRACTOR CONTRACTOR under (E)(1) above shall
shall be paid the agreed amount. Nothing in not exceed the total CONTRACT price as
Paragraph (E) of this clause, prescribing the reduced by the amount of payments
amount to be paid to the CONTRACTOR in the otherwise made and as further reduced
event of failure of the CONTRACTOR and the by the CONTRACT price of WORK not
OWNER to agree upon the whole amount to terminated. Except for normal spoilage,
be paid to the CONTRACTOR by reason of the and except to the extent that the OWNER
termination of work pursuant to this clause, shall have otherwise expressly assumed
shall be deemed to limit, restrict, or otherwise the risk of loss, there shall be excluded
determine or affect the amount or amounts from the amounts payable to the
which may be agreed upon to be paid to the CONTRACTOR under (E)(1) above, the
CONTRACTOR pursuant to this Paragraph fair value, as determined by the OWNER
(D). of property which is destroyed, lost,
stolen, or damaged so as to become

3: 23
General Conditions

undeliverable to the OWNER, or to a reasonable times at the office of the


buyer pursuant to Paragraph (B)(7). CONTRACTOR, but without direct charge to
the OWNER, all books, records, documents
F. In arriving at the amount due the and other evidence bearing on the costs and
CONTRACTOR under this clause, there shall expenses of the CONTRACTOR under this
be deducted: CONTRACT and relating to the work
terminated hereunder, or, to the extent
(1) All unliquidated advance or other approved by the contracting officer,
payments on account theretofore made to photographs, micrographs, or other authentic
the CONTRACTOR, applicable to the reproductions thereof.
terminated portion of this CONTRACT;
72. Liquidated Damages:
(2) Any claim which the OWNER may have
against the CONTRACTOR in connection The CONTRACTOR is referred to Attachment C,
with this CONTRACT; and Article 12 of the contract for conditions of liquidated
damages.
(3) The agreed price for, or the proceeds of
sale of, any materials, supplies, or other 73. Termination for Breach, Etc.:
things acquired by the CONTRACTOR or
sold, pursuant to the provisions of this If the CONTRACTOR shall be adjudged bankrupt,
clause, and not otherwise recovered by or or if CONTRACTOR should make a general
credited to the OWNER. assignment for the benefit of his/her creditors, or if a
receiver should be appointed on account of
G. If the termination hereunder be partial, the CONTRACTOR's insolvency, or if CONTRACTOR
CONTRACTOR may file with the OWNER a or any of his/her Subcontractors should violate any
claim for an equitable adjustment of the price of the provisions of this CONTRACT, the OWNER
or prices specified in the CONTRACT relating may serve written notice upon CONTRACTOR of its
to the continued portion of the CONTRACT intention to terminate said CONTRACT; and unless
(the portion not terminated by the notice of within ten (10) days after the serving of such notice,
termination), and such equitable adjustment as such violation shall cease, the OWNER then may
may be agreed upon shall be made in such take over the WORK and prosecute same to
price or prices. Any claim by the completion by CONTRACT or by any other method
CONTRACTOR for an equitable adjustment it may deem advisable for the amount and at the
under this clause must be asserted within sixty expense of the CONTRACTOR. The
(60) days from the effective date of the notice CONTRACTOR shall be liable to the OWNER for
of termination, unless an extension is granted any excess cost occasioned the OWNER thereby
in writing by the OWNER. and in such event, the OWNER may, without liability
for so doing, take possession of and utilize in
H. The OWNER may, from time to time, under completing the WORK, such materials, appliances,
such terms and conditions as he may paint, and any other property belonging to the
prescribe, make partial payments and CONTRACTOR as may be on the site of the work
payments on account against costs incurred by and necessary therefor.
the CONTRACTOR in connection with the
terminated portion of this CONTRACT 74. Normal Daylight Hours:
whenever, in the opinion of the OWNER the
aggregate of such payments shall be within the Contractor shall perform WORK on the premises
amount to which the CONTRACTOR will be during normal daylight hours and shall not perform
entitled hereunder. If the total of such WORK on the site when artificial light would be
payments is in excess of the amount finally required to safely perform the WORK.
agreed or determined to be due under this
clause, such excess shall be payable by the 75. Normal Working Days:
CONTRACTOR to the OWNER upon demand,
together with interest at a rate equal to the CONTRACTOR shall perform the WORK during
average rate at the time being received from normal working days and shall not work during
the investment of state funds, as determined Sundays, or recognized national and state holidays.
by the State Treasurer, for the period from the CONTRACTOR may take the option of working on
date such excess is repaid to the OWNER; Saturdays if the WORK is scheduled regularly to be
provided, however, that no interest shall be performed on Saturdays and is approved by
charged with respect to any such excess OWNER.
payment attributable to a reduction in the
CONTRACTOR's claim by reason of retention 76. Use of Explosives
or other disposition of termination inventory
until ten (10) days after the date of such The storage, possession or use of explosives on the
retention or disposition, or such later date as site shall be strictly prohibited unless expressly
determined by the OWNER by reason of the authorized by the OWNER and approved by the
circumstances. State.

I. Unless otherwise provided for in this contract, 77. Compliance with Copeland Regulations
or by applicable statute, the CONTRACTOR
shall-- from the effective date of termination The CONTRACTOR shall comply with the Copeland
until the expiration of three years after final Regulations of the Secretary of Labor (29 CFR Part
settlement under this CONTRACT-- preserve 3) which are incorporated herein by reference.
and make available to the OWNER at all

3: 24
General Conditions

78. Overtime Compensation provisions of Titles VI and VII of the Civil Rights Act
of 1964 (42 USC 2000e) which prohibits
A. The CONTRACTOR or Subcontractor shall not discrimination against any employee or applicant for
require or permit any laborer or mechanic in employment or any applicant or recipient of services
any workweek in which he or she is employed on the basis of race, religion, color, or national
under this CONTRACT to work in excess of origin. CONTRACTOR further agrees to abide by
forty hours in such workweek unless such the following directives: Executive Order No.
laborer or mechanic receives compensation at 11246, as amended, which prohibits discrimination
a rate not less than one and one-half times the on the basis of sex; federal regulation 45 CFR 90,
basic rate of pay for all hours worked in excess which prohibits discrimination on the basis of age;
of forty hours in such workweek, whichever is Section 504 of the Rehabilitation Act of 1973 (29
the greater number of overtime hours. USC 701 et seq), which prohibits discrimination on
the basis of handicap; and Utah's Executive Order,
B. In the event of any violation of the provisions of dated June 30, 1989, which prohibits sexual
paragraph (a), the CONTRACTOR or harassment in the workplace.
Subcontractor shall be liable to any affected
employee for any amounts due, and to the 83. Access to Records:
State of Utah for liquidated damages. Such
liquidated damages shall be computed with The CONTRACTOR agrees to provide the OWNER,
respect to each individual laborer or mechanic, the U.S. Office of Surface Mining, The Comptroller
including watchmen and guards, employed in General of the United States, or any of their duly
violation of the provisions of paragraph (a) in authorized representatives access to any books,
the sum of $10 for each calendar day on which documents, papers, and records which are directly
such employee was required or permitted to pertinent to this CONTRACT for the purpose of
work in excess of the standard forty hour making audit, examination, excerpts, and
workweek without payment of the overtime transcriptions. Such access will be made during
wages required by paragraph (a). normal business hours, or by appointment.

79. Clean Air and Water 84. Retention of Records:

The CONTRACTOR shall use best efforts to comply The CONTRACTOR agrees to retain and preserve
with all requirements and applicable regulations, any books, documents, papers, and records which
standards, and implementation plans under the are directly pertinent to this CONTRACT for a
Clean Air Act (42 USC 7401 et seq.) and the Clean period of four years from the date of final payment
Water Act (33 USC 1251 et seq.). No part of the for the WORK or from the date of Final Acceptance,
WORK shall be performed in a facility listed on the whichever is later.
U.S. Environmental Protection Agency List of
Violating Facilities during the term of the 85. Variation in Estimated Quantities:
CONTRACT. CONTRACTOR further agrees to
insert the substance of this clause in any Variations Requiring Adjustments. Where the
Subcontract. quantity of any item within the scope of this
CONTRACT is an estimated quantity and where the
Clean air and water standards include any actual quantity of such item varies by more than
enforceable rules, regulations, guidelines, orders, or 15% above or below the estimated quantity stated
other requirements issued under the Clean Air Act, in this CONTRACT, an adjustment in the
Clean Water Act, or Executive Order 11738; CONTRACT price shall be made upon demand of
applicable approved implementation plans either party. The adjustment shall be based upon
described in Sections 110(d), 111(c&d), or 112(d) of any increase or decrease in costs due solely to
the Clean Air Act; and requirements contained in variation above 115% or below 85% of the
permits issued by the U.S. Environmental Protection estimated quantity. If the quantity variation is such
Agency or state or local governments authorized by as to cause an increase in the time necessary for
Sections 402 or 307 of the Clean Water Act. completion, the OWNER, upon receipt of a written
"Facility," as used here, means any building, plant, request for an extension of time, prior to the date of
structure, mine, location, or site of operations final settlement of the CONTRACT, shall ascertain
owned, leased, or supervised by the the facts and make adjustment for extending the
CONTRACTOR or Subcontractor in the completion date as in the judgment of the OWNER
performance of the CONTRACT. such facts justify.

80. Statement Clarification of Terms: 86. Authority:

The Division of Oil, Gas & Mining will assume Provisions of this contract are pursuant to the
responsibility for design and engineering on this authority set forth in Sections 63-56 UCA 1953 as
project and will provide inspection. See Articles 36, amended, the Utah State Procurement Rules (Utah
37, and 38. Administrative Code, Section R33), and related
statutes which permit the OWNER to purchase
81. Plan Checks: certain specified services and other approved
purchases for the State.
Checks shall be made out to the Utah Division of
Oil, Gas & Mining. 87. Conflict of Interest:

82. Equal Opportunity: CONTRACTOR represents that none of its officers


or employees are officers or employees of the State
The CONTRACTOR agrees to abide by the of Utah, unless disclosure has been made in

3: 25
General Conditions

accordance with Section 67-16-8, UCA 1953, as 89. Debarment:


amended.
The CONTRACTOR certifies that neither it nor its
88. Separability Clause: principals are presently debarred, suspended,
proposed for debarment, declared ineligible, or
The declaration by any court or any other binding voluntarily excluded from participation in this
legal source that any provision of this contract is contract by any governmental department or
illegal and void shall not affect the legality and agency.
enforceability of any other provision of this contract
unless the provisions are mutually dependent.
DOGM General Conditions
[Last Revised: October 24, 2006.]

3: 26
Performance Bond
(Title 63, Chapter 56, U.C.A. 1953, as Amended)

KNOW ALL MEN BY THESE PRESENTS:


That , hereinafter referred to as the
"Principal," and , a corporation organized and existing
under the laws of the State of , with its principal office in the City
of , hereinafter referred to as the "Surety," are held and firmly bound
unto , hereinafter referred to as the "Obligee," in the amount of
DOLLARS ($ )
for the payment whereof, the said Principal and Surety bind themselves and their heirs,
administrators, executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written Contract with the Obligee,
dated the day of , 20 , which Contract is hereby referred
to and made a part hereof as fully and to the same extent as if copied at length herein.
NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall
faithfully perform the Contract in accordance with the Plans, Specifications and conditions thereof,
then this obligation shall be void; otherwise it shall remain in full force and effect.
PROVIDED, HOWEVER, that this Bond is executed pursuant to the provisions of Title 63,
Chapter 56, Utah Code Annotated, 1953, as Amended, and all liabilities on this Bond shall be
determined in accordance with said provisions to the same extent as if it were copied at length
herein.
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this
instrument this day of , 20 .

WITNESS OR ATTESTATION: Principal (Seal)

By

WITNESS: Surety (Seal)

By

STATE OF UTAH )
) SS
COUNTY OF SALT LAKE )

, being first duly sworn on oath, deposes and says that he/she is the Attorney-in-fact of the
and that he/she is duly authorized to execute and deliver the foregoing obligation that said
company is authorized to execute the same, and has complied in all respects with the laws of Utah in reference to becoming
sole surety upon bonds, undertakings and obligations.

Subscribed and sworn to before me this


day of , 20 .
NOTARY PUBLIC
My commission expires:

APPROVED AS TO FORM: ATTORNEY GENERAL'S OFFICE

3: 27
Payment Bond
(Title 63, Chapter 56, U. C. A. 1953, as Amended)

KNOW ALL MEN BY THESE PRESENTS:


That , hereinafter referred to as the
"Principal," and , a corporation organized and existing
under the laws of the State of , with its principal office in the City
of , hereinafter referred to as the "Surety," are held and firmly bound
unto , hereinafter referred to as the "Obligee," in the amount of
DOLLARS ($ )
for the payment whereof, the said Principal and Surety bind themselves and their heirs,
administrators, executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written Contract with the Obligee,
dated the day of , 20 , which Contract is hereby referred
to and made a part hereof as fully and to the same extent as if copied at length herein.
NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall
pay all claimants supplying labor or materials to him/her or his/her subcontractors in the
prosecution of the work provided for in said Contract, then, this obligation shall be void; otherwise it
shall remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Title 63,
Chapter 56, Utah Code Annotated, 1953, as amended and all liabilities on this bond to all such
claimants shall be determined in accordance with said provisions to the same extent as if it were
copies at length herein.
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this
instrument this day of , 20 .

WITNESS OR ATTESTATION: Principal (Seal)

By

WITNESS: Surety (Seal)

By

STATE OF UTAH )
) SS
COUNTY OF SALT LAKE )

, being first duly sworn on oath, deposes and says that he/she is the Attorney-in-fact of the
and that he/she is duly authorized to execute and deliver the foregoing obligation that said
company is authorized to execute the same, and has complied in all respects with the laws of Utah in reference to becoming
sole surety upon bonds, undertakings and obligations.

Subscribed and sworn to before me this


day of , 20 .
NOTARY PUBLIC
My commission expires:

APPROVED AS TO FORM: ATTORNEY GENERAL'S OFFICE

3: 28
Contract Change Order

STATE OF UTAH CONTRACT AMENDMENT


Amendment # 0 to Contract # 00-0000

TO BE ATTACHED TO AND MADE A PART OF the above numbered contract by and between the
State of Utah, Department of Natural Resources, Division of Oil, Gas and Mining, referred to as
OWNER and,__________, referred to as CONTRACTOR.

Project Name: Gold Hill DOGM Project Number: AMR/045/915

FI-NET Accounting Codes: Gold Hill Project


Approp.
Fund Agency Unit Object Program Phase
Unit
1000 560 2510 REE 7308 GAGOLDHILL FFY07P

THE PARTIES AGREE TO AMEND THE CONTRACT AS FOLLOWS:

1. The contract period is amended:


- from: 00/00/2007 (mm/dd/yyyy) - to: 00/00/2*** (mm/dd/yyyy)
(original starting date) (new ending date)

2. The dollar amount of change to the contract for this amendment is: $ ***

3. The total contract amount is now changed:


- from: $ *** - to: $ ***
(current contract amount) (current contract amount +/- amendment amount)

4. Other changes to the contract include: (expand table as needed)


ITEM DESCRIPTION OF CHANGES IN INCREASE
NO. QUANTITIES, UNIT PRICES, SCHEDULE, ETC. (DECREASE)
1. Description of changes in quantities, unit prices, schedule.
$
2. Description of changes in quantities, unit prices, schedule.
$
3. Description of changes in quantities, unit prices, schedule.
$
4. SUBTOTAL $
5. BONDS $
6. TOTAL AMOUNT OF CHANGE ORDER $

5. Effective Date of Amendment: 00/00/2*** (mm/dd/yyyy)

All other conditions and terms in the original contract remain the same.

IN WITNESS WHEREOF, the parties sign and cause the amendment to be executed.

Approved by
Contract Rep: _____________________________________ Date: ______________
3: 29
Approved by
AMR Admin: _____________________________________ Date: ______________
Accepted by
Contractor: _____________________________________ Date: ______________
Contractor’s Name
Title
Approved by
DOGM Budget Off: ____________________________________ Date: ______________
Approved by
DOGM Director _____________________________________ Date: ______________
Approved by
Div'n Purchasing: _____________________________________ Date: ______________
Approved by
Div'n of Finance: _____________________________________ Date: ______________

Department Contact for questions during the amendment process.


Chris Rohrer (801) 538-5322* (801) 359-3940
Department Contact Phone Number Fax Number
Attach additional forms if necessary.

DOGM Change Order Form (revised 04/26/07)


Reference: Division of Finance Contract Amendment Form FI84A (revised 09/2006)

3: 30
Certificate of Substantial Completion
UTAH DIVISION OF OIL, GAS AND MINING

PROJECT: Gold Hill PROJECT NO.: AMR/045/915


CONTRACT NO.: 00-0000

The WORK performed under the subject CONTRACT has been reviewed on this date and found to
be substantially completed.

DEFINITION OF SUBSTANTIAL COMPLETION

The date of substantial completion of a project or specified area of a


project is the date when the construction is sufficiently completed in
accordance with the Contract Documents, as modified by any change
orders agreed to by the parties, so that the OWNER can occupy the
project or specified area of the project for the use for which it was
intended.

A list of items to be completed or corrected, prepared by the Division of Oil, Gas & Mining and
verified by the OWNER, is appended hereto. This list may not be exhaustive, and the failure to
include an item on it does not alter the responsibility of the CONTRACTOR to complete all the
WORK in accordance with the Contract Documents, including authorized changes thereof.

Division of Oil, Gas & Mining


OWNER CONTRACT REPRESENTATIVE DATE

The CONTRACTOR will complete or correct the work on the list of items appended hereto within
days from the above date of issuance of this Certificate.

CONTRACTOR AUTHORIZED REPRESENTATIVE DATE

The OWNER accepts the project or specified area of the project as substantially complete and will
assume full possession of the project or specified area of the project at P.M. (time) on
, 20 (date).

Division of Oil, Gas & Mining


OWNER CONTRACT REPRESENTATIVE DATE

ADMINISTRATOR, AMRP DATE

RESPONSIBILITIES AND/OR EXCEPTIONS:

This form used by permission of A.I.A.


DIVISION OF FACILITIES CONSTRUCTION AND MANAGEMENT

3: 31
Certificate of Final Acceptance
UTAH DIVISION OF OIL, GAS AND MINING

PROJECT: Gold Hill PROJECT NO.: AMR/045/915


CONTRACT NO.: 00-0000

The WORK performed under the subject CONTRACT has been reviewed on this date and found to
be completed.

DEFINITION OF FINAL ACCEPTANCE

The date of final acceptance of a project is the date when the construction
is completed in accordance with the Contract Documents, as modified by
any change orders agreed to by the parties, so that the OWNER can
occupy the project for the use for which it was intended.

Items listed on the Certificate of Substantial Completion, as prepared by the Division of Oil, Gas &
Mining, have been completed or corrected and verified by the OWNER as having been completed
or corrected.

Division of Oil, Gas & Mining


OWNER INSPECTOR DATE

CONTRACT REPRESENTATIVE DATE

CONTRACTOR AUTHORIZED REPRESENTATIVE DATE

The OWNER accepts the project as complete and will assume full possession of the project or
specified area of the project at P.M. (time) on , 20 (date).

Division of Oil, Gas & Mining


OWNER ADMINISTRATOR, AMRP DATE

3: 32
Daily Construction Progress Report
AMR/045/915/C
DAILY CONSTRUCTION PROGRESS REPORT
-- CONTRACTOR --

Project: Gold Hill Date: M T W Th F

Crew Size: Supervisor: Hours: to

Crew Names:

Equipment:

down from to for

General description of work performed, equipment/material deliveries, etc:

(Attach as-built drawings as required.)

WORK items approved:

Problems/delays and proposed or actual resolution. DOGM action required? Yes No

Visitors & purpose:

Temp: 20 30 40 50 60 70 80 90 100 Comments:


Sky: fair pc mc cldy ovrcst rain snow
Ground: dry wet muddy snow " frozen

Project is approximately □ on schedule Contract expires:


days behind schedule / /
days ahead of schedule

Contractor: / /

Project Mgr: / /

AMR Admin: / / Page 1 of .

3: 33
Contractor Performance Rating
CONTRACTOR PERFORMANCE RATING

Contractor:

Project: Gold Hill AMR/045/915/C

Contract #: 00-0000

Start Date: mm/dd/yyyy


End Date: mm/dd/yyyy Duration: days

Rating: Satisfactory= 1; Unsatisfactory= 0

1. Achieved the specified level of project quality and quantity.

2. Prompt, diligent, and systematic prosecution of work.

3. Adequate personnel (number and skill level).

4. Adequate equipment (number, type, and operating condition).

5. Effective onsite management and supervision of work.

6. Cooperation, responsiveness, and communication with inspector and project


manager.

7. Cooperation and timely response in negotiation of contract changes.

8.Cooperation in negotiation of claims.

9. Record of prompt payment for labor, materials, equipment, and subcontract work.

10. On-time submission of necessary documents and reports.

11. Compliance with all applicable federal, state, and local laws and regulations.

12. Minimized the adverse effect of construction activities on the public and the
environment.

13. Cooperation with landowners and/or utilities.

= Total = Performance Rating

Attach explanations of all "Unsatisfactory" ratings.

Rated by: Date

Reviewed by: Date

A contractor with a Performance Rating (or average rating if there is more than one rating) of 9 or
less fails to pre-qualify.

[DOGM Contractor Performance Rating Form 07/20/88, Revised 01/12/06]

3: 34
CONSTRUCTION SPECIFICATIONS

Gold Hill Project


Reclamation Construction

Tooele County, Utah


Summer 2007

AMR/045/915

Requisition Number 560 82000000003

Chapter 4: GENERAL TECHNICAL SPECIFICATIONS

Section 0200: General Site Information


Section 0220: Mobilization/Demobilization
Section 0230: Access Improvement
Section 0250: Mine Closures
Section 0251: Cast-In-Place Concrete
Section 0252: Concrete Reinforcement
Section 0253: Bat Gate & Shaft Grate Installation
Section 0254: Polyurethane Foam Mine Closures
Section 0290: Revegetation
0200 General Site Information

PART 1 - GENERAL

1.01 WORK INCLUDED

The WORK consists of reclamation of abandoned mine features as described in Section


0300. The General Technical Specifications, Sections 0200 through 0299, outline WORK
broadly applicable to all abandoned mine reclamation situations and that may not be required
at each mine site in this project. Section 0300 provides the site-specific detail. Where there
is a conflict between Section 0300 and the General Technical Specifications (0200's),
Section 0300 shall govern.

1.02 SUBMITTALS

A. Submittals requested in the Technical Specifications to be submitted with the Bid


Proposal shall be included in and submitted with the sealed bid proposal delivered to the
Division of Purchasing.

B. Submittals requested in the Technical Specifications to be submitted after award of the


CONTRACT or during construction shall be delivered to the designated representative
for the Division of Oil, Gas and Mining (DOGM), referred to in these Specifications as the
OWNER.

C. CONTRACTOR shall submit within five (5) days after award of the CONTRACT a
calendar of WORK for performing the WORK, including routine workdays and hours,
anticipated holidays, and days that the project will remain idle. Schedule shall also
indicate WORK schedules for subcontractors and their estimated start and completion
days. Allowance in the schedule shall be made for routine delays due to weather or
other site conditions as they occur. The OWNER shall approve said schedule. Any
significant deviation from that schedule shall be submitted in writing to the OWNER in the
form of an updated schedule as the WORK progresses.

1.03 RELATED WORK

A. Section 0220: Mobilization/Demobilization


B. Section 0230: Access Improvement
C. Section 0250: Mine Closures
D. Section 0251: Cast-in-Place Concrete
E. Section 0252: Concrete Reinforcement
F. Section 0253: Bat Gate & Shaft Grate Installation
G Section 0254: Polyurethane Foam Mine Closures
H. Section 0290: Revegetation
I. Section 0300: Specific Site Requirements

1.04 CONDITIONS AND RESTRICTIONS

A. The project area and vicinity may contain several abandoned mine and/or town sites, but
WORK will be limited to items specifically identified in Section 0300: Specific Site
Requirements.

B. The pre-bid meeting is optional. However, due to the nature of the WORK at these sites,
the CONTRACTOR is strongly encouraged to participate in the entire prebid site tour and
meeting in order to submit a responsible bid. The CONTRACTOR shall acknowledge in
the bid that the site conditions have been examined and that the measurements and
evaluations necessary to plan and bid the WORK have been made.

4: 1
C. Certified Person: Due to the hazards associated with abandoned mines, all WORK on
mine portals shall be conducted under the supervision of a person qualified to monitor
safety conditions, particularly with regard to mine atmospheres and rock stability. This
person is referred to as the "Certified Person" in these specifications hereafter. For work
at coal mines, the Certified Person must have current certification under the General
Safety Orders of Utah Coal Mines (i.e. Mine Foreman and/or Fire Boss). For work at
mines other than coal mines, alternative qualifications for the Certified Person besides
Mine Foreman or Fire Boss may be considered, subject to OWNER's approval. In order
to be considered for approval as Certified Person, the candidate must satisfy the
following requirements:

● The candidate must have documented underground mining employment experience


with job duties including direct responsibility for the safety of others. This work
experience must have involved the evaluation of roof and rib stability as well as
monitoring for the presence of dangerous atmospheric conditions. The candidate
must provide at least two written references from the employer that can confirm this
employment.

● The candidate must be able to operate and interpret readings from a standard four-
gas air sampler that measures concentrations of oxygen, carbon monoxide,
methane, and hydrogen sulfide.

● The candidate must possess a current 40-hour Mining Safety and Health
Administration (MSHA) training for underground mining certification.

OWNER may consider and approve candidates for the position of the Certified Person
on a case-by-case basis. CONTRACTOR is ultimately responsible for the safety of all
persons on-site during WORK activities. The CONTRACTOR agrees to indemnify, save
harmless, and release the State of Utah, and all its officers, agents, volunteers, and
employees from and against any and all loss, damages, injury, liability, suits, and
proceedings arising out of the performance of any WORK in or near mine portals which
are caused in whole or in part by the negligence of the CONTRACTOR's officers, agents,
volunteers, or employees, but not for claims arising from the State's sole negligence.

D. No person shall be permitted to enter a mine opening unless the atmosphere of the
opening is tested, the roof is tested and adequately supported, and only at the direction
of the Certified Person. No smoking or open flames shall be permitted within 100 feet of
any mine opening. Welding in or near a mine opening is permitted only with the approval
of the Certified Person.

E. CONTRACTOR shall identify and develop rapid communication procedures with the
closest available emergency medical response units and medical centers. All workers,
foremen, superintendents, and managers shall be indoctrinated to emergency response
procedures.

F. CONTRACTOR shall be aware that underlying mine workings exist in the areas to be
disturbed by the CONTRACTOR. The location, extent, and condition of the underground
workings at each mine site are not well known. These workings or voids where workings
have caved may be encountered unexpectedly during the course of the WORK and
present a hazard to equipment operators and other workers at the site. The
CONTRACTOR shall take every precaution to protect the safety of the workers during
WORK on the project. Any voids or openings excavated or discovered shall be brought
to the immediate attention of the OWNER.

G. The WORK shall stop and the OWNER shall be notified immediately if an accident
occurs or upon discovery of a hazard that threatens the safety of workers or the public.
The OWNER shall be notified immediately of any situation that may cause environmental
damage.

4: 2
H. CONTRACTOR shall provide, erect, and maintain temporary barriers, signs, and security
devices as necessary to ensure the safety of the CONTRACTOR's personnel, the
OWNER's personnel, and the general public.

I. WORK shall occur normally during daylight hours and shall not be performed when
darkness or other conditions required the use of artificial light to safely perform the
WORK, without the prior written approval of the OWNER.

J. WORK shall be performed during weekdays and shall not be performed during
weekends or legal State and Federal holidays without the prior written approval of the
OWNER. A schedule of holidays is available from the OWNER.

K. WORK shall be conducted with minimum interference to public or private thoroughfares.


Egress and access shall be maintained at all times.

L. Roadways shall not be closed or obstructed without permits. The CONTRACTOR will
close and lock gates at the landowner's request.

M. All trucks transporting materials and debris shall be covered with tarps or other suitable
coverings if necessary to eliminate loss of debris during transportation to off-site disposal
areas.

N. CONTRACTOR shall provide water and an adequate water supply system for dust
suppression where dust will cause a public nuisance or as directed by OWNER. The
CONTRACTOR will pay the cost of water and dust suppression.

O. No materials shall be placed in or be situated such that they may enter any stream,
tributary, or drainage channel.

P. Relics, antiques, artifacts and similar objects as identified by the OWNER remain the
property of the OWNER. CONTRACTOR shall notify the OWNER upon discovery of
cultural features and obtain direction from OWNER regarding handling of features that
interfere with performing the WORK. Relics and antiques include, but are not limited to:

1. Cornerstone and contents


2. Commemorative plaques
3. Archaeological relics or finds
4. Historical relics

Q. CONTRACTOR shall remove and promptly dispose of any contaminated, vermin


infested, or dangerous materials encountered. Transformers, oil-filled electrical
equipment, or other toxic materials shall be called immediately to the attention of the
OWNER. Disposal of such items shall be the responsibility of the CONTRACTOR and at
the direction of the OWNER in accordance with EPA and State Health requirements.

R. CONTRACTOR shall remove from site all debris created during construction.

S. Materials shall not be burned on site without appropriate permits and the approval of the
OWNER.

T. Blasting shall be permitted only with prior written approval of the OWNER and following
submission by the CONTRACTOR of a blasting plan.

U. Existing utilities, benchmarks, trees, vegetation, and landscaping materials which are not
to be demolished, relocated, or otherwise disturbed shall be protected.

4: 3
V. Wildlife of any kind (except Norway rats) encountered during the WORK shall be left
unharmed or, if captured, released unharmed offsite. Snakes, including rattlesnakes,
shall not be harmed. Any wildlife inadvertently killed by the CONTRACTOR will be
turned over to the OWNER to be disposed of under the Certificate of Registration (COR
Number 6COLL5414) issued to the OWNER by the Utah Division of Wildlife Resources.
CONTRACTOR shall immediately notify OWNER of any bats found in mine openings.

W. CONTRACTOR shall be compensate employees at a rate of no less than 1.5 times the
base rate of pay for work beyond 40 hours in one week.

X. CONTRACTOR shall submit to OWNER each week daily logs indicating the following: 1)
weather conditions, 2) crew size, 3) hours worked, 4) equipment used, 5) work
completed, 6) WORK approved, 7) delays, 8) equipment downtime, 9) injuries, 10)
visitors, 11) access problems, etc. OWNER has provided a form for these logs in
Chapter 3.

Y. Should onset of adverse winter or extreme summer weather conditions force


construction to stop prior to completion of the WORK, the sites shall be left in a condition
that minimizes safety hazards and risk of erosion. Temporary erosion control structures
may be required. Revegetation may be postponed to the fall if necessary.

Z. Depending upon the bid submittals and the overall CONTRACTOR selection process,
CONTRACTOR WORK may precede, follow, or occur during work by other
CONTRACTORS at the same site and/or other sites in the Project Area.

AA. CONTRACTOR shall select from a pre-determined number of staging areas identified in
the specifications and secure all necessary permits, including camping permits, from the
applicable land management agency.

1.05 QUALITY ASSURANCE

A. CONTRACTOR shall use only quality materials in performing the WORK.

B. Quality of the WORK performed by the CONTRACTOR shall be subject to approval by


the OWNER. CONTRACTOR shall assure that the WORK has been performed to the
specifications and standards as described herein. The OWNER shall inspect and accept
or reject the WORK as the WORK progresses. Payment shall be made only for WORK
accepted and approved by the OWNER. CONTRACTOR shall warrant the WORK for a
period of one year following final acceptance except that such material warranties and
guarantees from manufacturers and suppliers that may be longer than one year shall
carry for their term.

PART 2 – PRODUCTS/MATERIALS

2.01 GENERAL

Products and materials used in the WORK shall be as required in these Specifications.

2.02 DELIVERY, STORAGE AND HANDLING

A. CONTRACTOR shall be responsible for the delivery, storage and handling of all items
and materials used in performing the WORK.

B. CONTRACTOR shall be responsible for all materials used in conjunction with the WORK
until said WORK is accepted and approved by the OWNER and shall warrant all
materials as required by Part 1.05, Quality Assurance.

4: 4
PART 3 - EXECUTION

3.01 PREPARATION

A. Upon receipt of notice to proceed, the CONTRACTOR shall perform the WORK as
required by these Specifications and Construction Drawings.

B. CONTRACTOR shall obtain and provide proof of all licenses, permits, bonds, insurance
and other such items as may be required by these Specifications and local, regional,
State and Federal jurisdictions prior to execution of the WORK. CONTRACTOR shall
select from a pre-determined set of staging areas identified in the specifications and
secure all necessary permits, including camping permits, from the applicable land
management agency.

C. Upon receipt by the CONTRACTOR of the NOTICE TO PROCEED, the CONTRACTOR


shall notify the OWNER of the starting date and execution of the WORK shall commence
in accordance with the General Specifications as included with the Agreement and the
Technical Specifications as presented herein. CONTRACTOR shall provide the OWNER
with a schedule for the proposed WORK in calendar, bar chart, or critical path schedule
form.

PART 4 - FORM OF AGREEMENT

4.01 CONTRACT AGREEMENT

The CONTRACT agreement will be in the form of that included in the bid package. This
agreement may be administered as a Division of Purchasing Purchase Order. If
administered as a purchase order, the purchase order will reference the bid package, and all
the terms and conditions of the solicitation, including the contract form, general and
supplemental general conditions, technical specifications, and addenda will apply to the
agreement.

4.02 CHANGES TO THE AGREEMENT

A. When these services are procured by an agency contract, OWNER shall require
amendments to the Agreement to be in the form of a change order, signed by both
parties. When these services are procured by a Division of Purchasing Purchase Order,
amendments shall be on Form DP-28 "Request for Purchase Order Cancellation or
Change."

B. Change orders or Form DP-28's shall become attached to and part of the Agreement
under the terms of the Agreement with changes as stipulated on the change order or
Form DP-28. Change orders or Form DP-28's shall not release the CONTRACTOR from
any other terms or conditions that apply and are a part of the Agreement.

C. Any additional WORK must be authorized by the OWNER and must be in the form of a
contract change order or Form DP-28 as an amendment to the Agreement. The change
order or Form DP-28 must be fully executed prior to the CONTRACTOR undertaking any
additional WORK.

PART 5 - MEASUREMENT, PAYMENT, AND WORK INCLUDED

5.01 GENERAL

A. The WORK included and measurement of and payment for that WORK shall be as
described within each Section of the Technical Specifications and Supplemental General
Condition #6.

4: 5
B. Total contract amount, including any change orders, shall constitute full compensation for
the WORK.

C. Payments shall only be made for those items shown on the Bid Schedule. All other costs
or incidentals shall be reflected in the Bid Schedule or shall be paid at the
CONTRACTOR's expense.

D. Payment for performance and payment bonds shall be based on the completed (i.e. final)
cost of the CONTRACT (see General Condition #28). The standard practice among
sureties is to base premiums charged to contractors as a percentage of the contract
amount and to settle premiums at the close of the contract-- if the final contract amount is
less than the original, premium overpayments are refunded, if more, the premium is
increased. If the CONTRACT amount changes, the lump sum line item for bonds in the
Cost Schedule shall be adjusted accordingly at a fixed percentage rate. CONTRACTOR
shall indicate in the place provided on the Bid Schedule the percentage rate to be used
for calculating adjustments to the Cost Schedule lump sum item for bonds (Variation in
Contract Bond Rate).

5.02 RETAINAGE

Unless stated otherwise in the specific section of the Specifications, all final bid item
payments shall have ten percent withheld as retainage until successful completion of the
CONTRACT. The retainage shall be made from each progress payment, and be released
upon written Final Acceptance by the OWNER.

5.03 PENALTIES

A. The OWNER reserves the right to levy a penalty payment for areas unnecessarily
disturbed during the WORK. These areas include any archeological sites,
paleontological sites, or undisturbed vegetation areas.

B. The penalty for unnecessary disturbance to archeological sites, paleontological, or


undisturbed vegetation areas will be based on the per acre disturbance at the
CONTRACTOR's bid amount for revegetation of adjacent sites.

END OF SECTION 0200

4: 6
0220 Mobilization/Demobilization

PART 1 - GENERAL

1.01 WORK INCLUDED

The item for payment for mobilization/demobilization is intended to compensate the


CONTRACTOR for operations including, but not limited to, those necessary for the
movement of personnel, equipment, supplies, and incidentals to and from the project area,
movement between the various mine sites included within the project area, and for all other
WORK and operations which must be performed or costs incurred prior to the initiation of
meaningful work at the site.

PART 2 – PRODUCTS/MATERIALS

2.01 DRINKING WATER AND SANITARY FACILITIES

CONTRACTOR shall provide and maintain safe drinking water and sanitary facilities for all
employees, all subcontractors' employees, and the OWNER. Drinking water and sanitary
facilities shall comply with all regulations of the local and state departments of health and be
approved by the OWNER.

PART 3 - EXECUTION

3.01 PREPARATION

A. Preparation of the WORK shall include obtaining all permits and other such incidentals
as necessary to execute the WORK. CONTRACTOR shall select from a pre-determined
set of staging areas identified in the specifications and secure all necessary permits,
including camping permits, from the applicable land management agency.

B. Permits shall be posted or readily available prior to start of construction activities as


required by municipal, State, or Federal regulations.

3.02 EXECUTION

Upon receipt by the CONTRACTOR of due NOTICE TO PROCEED, the CONTRACTOR


shall notify the OWNER of the starting date and execution of the WORK shall commence in
accordance with the General Specifications as included with the Agreement and the
Technical Specifications as presented herein. CONTRACTOR shall provide the OWNER
with a schedule for the proposed WORK in calendar, bar chart, or critical path schedule form.

PART 4 - MEASUREMENT AND PAYMENT

4.01 BASIS FOR PAYMENT

No partial payments will be made for multiple equipment moves or for moving between sites.
Only the following partial payment shall be made of the total lump sum for
mobilization/demobilization. Payment of sixty percent (60%) of total lump sum for
mobilization will be made when 10 percent of the overall BID PRICE has been earned from
other bid items. Payment of the remaining forty percent (40%) of the total lump sum for
demobilization will be made after issuance of the Certificate of Substantial Completion at the
completion of CONTRACT. Payments for mobilization/demobilization are not subject to
withholding of retainage. The BID PRICE for mobilization/demobilization will also include
those incidental costs as required by the CONTRACTOR in order to commence the WORK
such as permits, insurance, and other such items as may be required to perform the WORK.

4: 7
4.02 MEASUREMENT

Measurement will be based on the amount of the WORK performed and accepted and
approved by the OWNER. When 10 percent of the WORK has been earned, the
CONTRACTOR may submit on the invoice sixty percent (60%) of the BID PRICE for
mobilization/demobilization as set forth above. On completion of the CONTRACT and
issuance of the Certificate of Substantial Completion, the CONTRACTOR may claim the
remaining forty percent (40%) of the BID PRICE for mobilization/demobilization.

4.03 PAYMENT

The BID PRICE for mobilization/demobilization will be paid once only and will include
complete mobilization, demobilization, and moves between sites regardless of the number of
times equipment is moved or additional equipment is transported to or from the construction
site. The BID PRICE will also include those incidental costs as required by the
CONTRACTOR in order to commence with the WORK such as permits, insurance, and other
such items as may be required to perform the WORK.

END OF SECTION 0220

4: 8
0230 Access Improvements

PART 1 - GENERAL

1.01 WORK INCLUDED

This item for payment is to develop and maintain site access or improve existing site access.
Improvement is limited to the extent required to complete WORK at each mine site. It is not
the intent of this WORK to construct roads. The WORK shall include temporary site access
to reach sites of construction, and maintenance of existing permanent roads that must be
used for movement of equipment, materials and labor. CONTRACTOR shall minimize
disturbance resulting from site access improvements. In areas in which a passable road did
not previously exist, the CONTRACTOR shall reclaim the access improvement in
accordance with this Section upon completion of the WORK. Existing, permanent roads
shall be left in a condition at a minimum as good as that prior to the WORK.

1.02 SUBMITTALS

The CONTRACTOR shall submit with the Bid Proposal a description of access
improvements to be performed at each site and shall not deviate from this plan without the
written approval of the OWNER. For sites not easily accessible, the CONTRACTOR may
choose to gain equipment access, do hand work, or access with a helicopter.

1.03 RELATED WORK

A. Section 0240: Demolition and Clean-up


B. Section 0250: Mine Closures
C. Section 0253: Bat Gate & Shaft Grate Installation
D. Section 0254: Polyurethane Foam Mine Closures
E. Section 0300: Specific Site Requirements

PART 2 – PRODUCTS/MATERIALS

2.01 CONTRACTOR may utilize local resistant materials or import road base materials to
maintain access and minimize damage to the environment. If wet weather conditions prevail,
OWNER may require CONTRACTOR to stockpile road base material at work sites in order to
maintain the schedule.

2.02 CONTRACTOR may choose to temporarily place corrugated steel pipe or other conveyance
structures in the access improvement. The CONTRACTOR shall comply with Section 0280:
Drainage Control and Stream Protection unless otherwise directed by the OWNER.

PART 3 - EXECUTION

3.01 The location, alignment and grade of any temporary access improvement shall be in
accordance with Section 0300: Specific Site Requirements, subject to Section 0280:
Drainage Control and Stream Protection, and subject to the approval of the OWNER.

3.02 Temporary access improvements shall be constructed so as to minimize disturbance to


existing vegetation, and to minimize potential erosion.

3.03 Where temporary site access crosses perennial or intermittent streams, the CONTRACTOR
shall maintain the drainage by providing a temporary crossing in accordance with Section
0280: Drainage Control and Stream Protection, and subject to the OWNER'S approval.
Upon completion of the WORK, CONTRACTOR shall restore drainages to approximate
original condition, subject to the acceptance and approval of the OWNER.

4: 9
3.04 When no longer required by the CONTRACTOR, temporary access improvements will be
reclaimed in the following manner. Existing passable access shall be left in or returned to
approximate original condition. Access previously impassable or newly created access shall
be restored to blend with surrounding contours and reclaimed for erosion control as shown
on the Drawings. The surfaces of such access shall be scarified and revegetated in
accordance with Section 0290: Revegetation.

PART 4 - MEASUREMENT AND PAYMENT

4.01 MEASUREMENT

Measurement shall be per mine site as access improvement WORK is completed, accepted
and approved by the OWNER. Measurement shall be consistent with the BID PRICE. The
OWNER's approval of mine site access development will be authorization for payment of 50
percent of the pay item which will also include consideration for maintenance of temporary
access to the site throughout the WORK. The OWNER's acceptance of all WORK
completed and approval of the temporary site access reclamation for the site will be
authorization for payment of the balance of this pay item.

4.02 PAYMENT

Payment for maintenance of existing paved and gravel-surfaced roads will be consistent with
the BID PRICE for this item. Payment of 50 percent of the BID PRICE will be made upon
receipt of the invoice submitted by CONTRACTOR. The balance of 50 percent of the BID
PRICE may be invoiced and paid after approval of the site WORK and approval of site
access reclamation. Payment of this item is subject to withholding of the retainage.

END OF SECTION 0230

4: 10
0250 Mine Closures

PART 1 - GENERAL

1.01 WORK INCLUDED

This section describes the various types of mine closures to be used to seal mine openings.
The WORK described in this Section also includes preparation, excavation and backfilling of
subsidence openings into mine voids. The requirements for furnishing and placing stone and
block closures and backfill closures are described here and are indicated on the Drawings.
The WORK includes all preparation, labor, materials, furnishing and placing materials,
equipment and incidentals necessary to complete the mine closures.

1.02 SUBMITTALS

A. CONTRACTOR shall submit with the Bid Proposal a list of equipment to be used to
complete this section of the WORK.

B. CONTRACTOR shall submit with the Bid Proposal the proposed construction procedures
in writing.

C. CONTRACTOR shall submit after the award of CONTRACT and before Notice to
Proceed a copy of the certification of the Certified Person (see Section 0200, Part
1.04.C) for approval by the OWNER.

D. CONTRACTOR shall furnish the OWNER upon completion of the WORK a set of as-built
drawings which shall be required for release of the retainage.

1.03 RELATED WORK

A. Section 0251: Cast-In-Place Concrete


B. Section 0252: Concrete Reinforcement
C. Section 0253: Bat Gate and Shaft Grate Installation
D. Section 0254: Polyurethane Foam Mine Closures
E. Section 0290: Revegetation
F. Section 0300: Specific Site Requirements

1.04 PROTECTION

A. CONTRACTOR shall exercise precautions appropriate to working near, over, or in areas


prone to subsidence. Such known areas should be flagged by the CONTRACTOR prior
to the commencement of the WORK. Personnel shall be informed of special safety
procedures for equipment usage and general work in these areas.

B. Before any personnel enter any openings a check for explosive and toxic gases shall be
made by the Certified Person (see Section 0200, Part 104.C). Continuing checks shall
be made throughout the closure operation by the Certified Person.

C. Personnel shall not enter any mine opening unless under the direction of the Certified
Person.

D. No personnel shall be allowed to work under an unsupported mine roof. Temporary


support shall be installed under the direction of the Certified Person qualified to
determine roof conditions.

E. CONTRACTOR shall inspect openings for old dynamite prior to construction activities.

4: 11
F. Smoking or any open flame in or within 100 feet of the mine openings is prohibited.

G. Personnel shall wear safety harnesses and be properly and securely anchored to a fixed
anchor point while working within 15 feet of vertical openings, unless otherwise approved
in writing by the OWNER.

PART 2 – PRODUCTS/MATERIALS

2.01. CONCRETE BLOCK

Solid concrete block shall be high strength with a minimum compressive strength of 3,000
pounds per square inch. Hollow block used as shown on the Drawings must be concrete-
filled.

2.02 BACKFILL

Backfill material shall normally consist of mineral soil, subsoil, or a blend of mineral soil and
subsoil. Backfill material shall be free from combustible materials. This shall include but not
be limited to wood, wood products, trash and vegetation.

2.03 MORTAR

Mortar shall be either Masonry Cement, 1:3 mix, Type N, or Portland Cement and Lime,
1:1:6 mix, Type N. Precautions must be taken to prepare and protect mortar during cold
weather. Mortar will have a 28 day minimum compressive strength for 2-inch cubes of 700
psi.

2.04 CONCRETE

Concrete shall be in accordance with Section 0251: Cast-in-Place Concrete.

2.05. REINFORCEMENT

Reinforcement shall be in accordance with Section 0252: Concrete Reinforcement.

2.06 FILTER CLOTH

Filter cloth shall be a non-woven geotextile fabric having a minimum thickness of 15 mil in
accordance with ASTM D-1777 and a minimum permeability of 10-2 centimeters per second,
such as Fibertex 150 manufactured by Crown Zellerbach, or an approved equivalent.

2.07 TEMPORARY MINE ROOF SUPPORTS

A. Mine roof supports shall be wooden posts or approved equal that have the following
minimum requirements:
1. 4½ inch diameter.
2. Spruce or pine with a specific gravity between 0.35 and 0.48.
3. Moisture content between 10.8 and 14 percent.
4. Allowable unit stress of extreme fiber in bending of 750 psi for spruce or 700 psi for
pine.
5. Maximum diameter of knots on one surface no greater than ½ inch.

B. Caps and wedges shall be used for installation of roof supports.

C. Mine roof jacks may be substituted for wooden posts with the approval of the OWNER.

4: 12
PART 3 - EXECUTION

3.01 BAT EXCLUSION

A. CONTRACTOR shall exclude bats from mine workings prior to installation of permanent
airtight closures as required in these specifications. Mines requiring bat exclusion are
identified in Section 0300: Specific Site Requirements.

B. The preferred method for exclusion of bats from an adit or shaft is to block the portal or
shaft opening with 1-inch diameter chicken wire. The wire permits bats to escape and fly
out of the mine, but they will not fly back through the wire into the mine. The wire should
completely seal the opening and be free of gaps. The wire should be placed over the
entrance at least a week in advance and shall be left in place until the date of the
closure. The wire should be removed during the day and closure should take place
immediately.

C. The length of the exclusion period may be reduced from one week to three fair weather
days with OWNER's approval. Rainy or cold weather inhibits bat activity and will
increase the length of the exclusion accordingly, up to the one week maximum.

D. The exclusion process is effective only in warm seasons when bats are active. The
exclusion process must be conducted when bats are flying but before young bats are
born (warm season and birthing dates vary depending on geographic location and should
be specified by the bat biologist), or in the fall prior to the swarming behavior that leads
to hibernation. An attempt to close mines before the warm season may entomb
hibernating bats that cannot fly. To prevent entombing hibernating bats, sites specified
as requiring exclusion prior to closure shall not be closed during the cold season (from
October 31 to March 31). Closure of these sites shall be postponed to the following
warm season. Cold season closures may be performed following an internal inspection
for hibernating bats. Internal inspections shall be performed by the OWNER and are
subject to the availability of the OWNER's bat inspection team.

E. Chicken wire seals damaged or removed by vandals during the exclusion period shall be
replaced and the exclusion period started over.

F. Vertical shafts covered with chicken wire for bat exclusion shall be flagged with warning
tape where human activity in the area is likely.

G. The “slow fill” method of bat protection may be used with OWNER’s approval at selected
vertical shafts where chicken wire placement is impractical or unsafe. A small amount of
fill is dropped down the shaft to try to flush any roosting bats from the mine. Bats should
be given several minutes to react to the disturbance and for dust to clear. The process
should be repeated several times to provide an adequate opportunity for bats to leave
the mine before filling is commenced.

3.02 PREPARATION FOR MINE CLOSURES

A. CONTRACTOR shall clear and grub the face area of mine openings of all vegetation,
wood and debris to the extent shown on the Drawings. CONTRACTOR shall inspect,
scale and secure the mine openings to a degree that will make the WORK safe to
perform. Particular care shall be taken to make WORK conditions safe in instances
where, due to the condition of the opening and the probability of loose soil and rock
above the opening, there is danger of a rockfall. For openings to be backfilled the
CONTRACTOR shall excavate the brow back to a stable condition prior to initiation of
closure operations, unless otherwise directed by the OWNER.

4: 13
B. The roof and ribs of the mine openings may contain loose rock. Such loose materials
shall be scaled by use of tools or equipment extended into the openings before
personnel enter the opening for placement of mine roof supports or for any other reason.

C. Loose, unstable materials typically exist just inside the opening. These materials shall
be removed from the working surface inside of the mine openings so a solid working
surface exists on which to build the mine closures. The working surface shall be
inspected, accepted and approved by the OWNER.

D. Temporary mine roof supports shall be installed on no more than four foot centers before
any personnel enter the opening for construction purposes.

E. CONTRACTOR shall construct work pad as required.

3.03 INSTALLATION OF MINE CLOSURES

A. BLOCK WALL CLOSURE

1. CONTRACTOR shall construct walls in the adits as specified in Section 0300:


Specific Site Requirements. Variation of the location of the walls will be allowed so
that CONTRACTOR can select a suitable location for the walls, with approval of
OWNER. Parameters for suitable location of the walls shall be as follows:

a. Select an area in which competent rock is found in the back, ribs, and sill (roof,
walls, and floor) of the adit.

b. Utilize irregularities in the ribs and back where possible such that the wall can be
"keyed" into the rock to provide more strength and integrity to the wall.

c. Locate the wall as far into the adit as is reasonable to reduce visibility of the wall
from outside the opening and a maximum of 10 feet with competent brow unless
otherwise approved by the OWNER. Allowance for the location of the walls is
discussed in Section 0300. Where the remaining portion of the adit left open is
unstable or unsafe, backfill shall be placed from the brow to the wall unless
otherwise approved by the OWNER.

2. CONTRACTOR shall scale down back and ribs (roof and sides) of the adit, removing
any loose rock from the area in which the wall is to be constructed and along access
to bulkhead. Any mud, clay, moss or other materials shall be removed where the
wall is to be constructed which would be deleterious to the integrity of the wall and
would not allow good bonding of the mortar to the rock. CONTRACTOR shall
excavate sill (floor) of adit to solid rock where the wall is to be constructed. Drainage
shall be provided for any water that tends to accumulate on either side of the
bulkhead as described in Part 3.02.A.6 of this Section. Excavated materials shall be
cast into the adit behind the bulkhead to minimize surface disturbance in the area.

3. Concrete foundations shall be constructed unless competent foundation rock is


encountered which is not friable, subject to deterioration, or otherwise unacceptable
and the foundation rock is approved by OWNER. The foundation shall be a
minimum of 18 inches in thickness and 30 inches wide to accommodate the 2-foot
thick wall. The foundations shall be made of concrete as specified in Section 0251:
Cast-In-Place Concrete. Concrete shall be reinforced with No. 4 rebar as shown on
the Drawings and as specified in Section 0252: Concrete Reinforcement.

4. CONTRACTOR shall construct walls from foundation or solid rock base if approved
by OWNER. Walls shall be constructed of concrete block, native stone, or imported
stone. Concrete block walls shall be a minimum of 16 inches thick. Native stone
and imported stone walls shall be constructed to a minimum thickness of 2 feet at

4: 14
the base and 18 inches at the top. The wall shall be free of any voids within the wall
structure and shall be 100 percent rock and mortar construction. Hollow block
bricks, when used, shall be concrete filled. Mortar shall be free of voids and air
pockets and shall be firmly packed along ribs and roof of the opening to maintain the
integrity of the wall and to make an effective seal.

5. CONTRACTOR shall use the natural shape and irregularities of the mine opening to
"key" the wall to the mine opening to provide strength and protection of the wall from
damage due to vandalism.

6. Designated openings shall require the installation of a drainage pipe. The drainage
pipe shall be located near the base of the stone wall within 15 inches of the
intersection of the floor material in the approximate center of the wall or near a low
spot along the base. The drain pipe shall extend through the foundation or the base
of the wall and a trap shall be formed outby the wall near the brow as shown on the
drawings. The drain pipe shall protrude a minimum of 12 inches on either side of the
wall and shall be made from 6-inch nominal diameter, Schedule 80 PVC pipe. The
inside end of the pipe shall be firmly supported by block or natural stone. Both the
inside and outside ends of the pipes shall be clear of any obstructions which would
impair or restrict flow. Both ends of the pipe shall be covered with a protective
screen mesh. Gravel shall be installed over the ends of the pipes to protect the pipe
from roof falls and plugging. Gravel shall form a drain and cover the top of the pipe
with a minimum of 8 inches of material. The gravel drain shall be no less than 18
inches wide and shall extend to and from the end of the pipes a minimum of two feet.
Gravel used in the drain channels shall be selected material ranging from 3/4 to 6
inch in size. CONTRACTOR shall extend a drainage channel away from the
bulkhead if it is situated such that water could impound near the base.

7. As further protection, grout shall be used to seal the base of the bulkhead and shall
be placed to partially cover the drainpipe. Grout should extend one foot to either
side of the base of the wall.

8. The portal areas shall be cleared of all building materials, trash and debris. The site
shall be left in a clean and finished appearance.

9. Revegetation of sites shall be completed as specified in Section 0290:


Revegetation.

10. Final acceptance of the WORK shall be subject to field inspection by the OWNER.

B. BACKFILL CLOSURE

1. CONTRACTOR shall backfill mine openings as described in Section 0300: Specific


Site Requirements or as directed by the OWNER. Backfill shall contain sufficient
fines to minimize void space.

2. Drainage lines shall be extended, if required, to the projected limits of the backfill.
The drain line shall be placed on a minimum slope of 2 percent and firmly bedded
with well-compacted sand and gravel. The end of the pipe shall be protected as
described in Part 3.03.A.7.

3. Backfill shall be placed in mine openings to minimum dimensions described and in a


manner to eliminate voids. CONTRACTOR shall construct a work pad in front of the
opening as required to allow for uniform access to ram the backfill into the opening
utilizing a ram or backhoe bucket. Care should be taken not to push the wall out if
one has been installed. Materials which require compaction shall be tamped to
achieve compaction such that any additional settlement of the fill will not result in
reopening of the portal.

4: 15
4. Final shape of the fill shall be mounded over the opening and blended into
surrounding contours as much as practical. Runoff and snowmelt shall be diverted
away from and across the fill by use of small channels containing light riprap so that
the fill does not erode or impound water.

5. Revegetation of sites shall be completed as specified in Section 0290:


Revegetation.

6. The portal areas shall be cleared of all building materials, trash and debris. The site
shall be left in a clean and finished appearance.

7. Final acceptance of the WORK shall be subject to field inspection by the OWNER.

C. HAND BACKFILL CLOSURE METHOD

1. Hand Backfill Closure Method shall be used only in places inaccessible to heavy
equipment as designated in Section 0300: Specific Site Requirements. The backfill
requirements of Section 0250: Mine Closures, Part 3.03.B apply except as provided
for equipment or approved by the OWNER.

2. CONTRACTOR shall obtain backfill materials from areas specified in Section 0300:
Specific Site Requirements, or as directed by the OWNER.

3. Backfill materials shall be placed in 12 inch thick horizontal lifts in the locations and
to the extent shown on the Drawings.

D. WALL AND BACKFILL CLOSURE

Designated mine openings shall be backfilled after the installation of the wall. Bring
backfill to the grades shown in the Drawings or as designated in Section 0300: Specific
Site Requirements to blend with natural contours. Walls shall be installed per Section
0250, 3.02 A, B, and C.

E. VERTICAL SHAFT BACKFILL CLOSURE METHOD

1. Timber and debris shall be removed from openings to the extent safely possible.

2. CONTRACTOR shall inspect the collar of the opening and determine required
precautions for safe completion of WORK. Installation of a short conveyor belt or a
ramp may be required.

3. Shaft shall be filled with backfill material to a height above the collar of the shaft to
provide drainage away from the opening. The backfill shall be well-graded with a
maximum particle size of approximately 2 feet in diameter.

4. Filter cloth shall be installed as shown on the Drawings.

5. CONTRACTOR shall place and compact the backfill starting five feet below the
surface. Suitable compaction energy shall be applied in this zone in one-foot lifts by
either pressure from the back of the backhoe bucket or other means accepted and
approved by the OWNER. The upper five feet of backfill shall not contain any
material that may have elevated sulfate concentrations.

6. The backfill shall be mounded a minimum of 24 inches above the adjacent grade, or
shall be sloped at 3h:1v and extend a minimum 3 feet horizontal distance beyond the
edge of the shaft.

4: 16
3.04 MINE CLOSURE GRADING

A. CONTRACTOR shall bring backfill to the grades shown on the Drawings or to blend with
natural contours. Backfill shall be free of voids and shall be compacted by mechanized
equipment or hand-held mechanical compactors in one foot lifts.

B. CONTRACTOR shall extend the drainage line (if required) to the projected limits of the
backfill. The drain line shall be placed at a minimum slope of 2 percent and firmly
bedded with well compacted sand and gravel. The end of the pipe shall be protected as
described in Part 3.03.A.7.

C. The backfilled slopes shall be covered with a minimum of 6 inches of soil/rock fill
available on site from areas designated by the OWNER.

D. Revegetation and mulching of the disturbed areas shall be performed in accordance with
Section 0290: Revegetation.

E. Final shape and completeness of the WORK shall be subject to approval by the
OWNER.

3.05 MINE LOCATION MONUMENTS

A. CONTRACTOR shall install at each mine closure a permanent monument (aluminum


survey cap). OWNER will provide and CONTRACTOR will install the survey cap.

B. At backfill closures, monuments shall be installed on rebar stakes. Stakes shall be #5


(5/8-inch diameter) rebar, normally 3 to 4 feet long. The rebar shall be securely
anchored in the ground with the end extending above the final grade 2 to 6 inches.
CONTRACTOR may opt to use soil plates, deadmen, bends, or other devices to ensure
that the rebar is securely anchored. The exposed end of the rebar shall be squarely cut
and free of bends, flaring, mushrooming, or burrs that would prevent proper seating of
the survey cap. Seating of the cap onto the rebar shall be done taking precautions not to
mar the text. Where site conditions permit and with approval of OWNER, monuments
may be set directly into bedrock with epoxy resin as described below.

C. At structural closures (bulkheads or steel grates), monuments may be set in concrete


footers, grade beams, or seams while the concrete is wet or set in bedrock with epoxy
resin. Installation in bedrock requires drilling a 1¼-inch diameter by 2 inch deep hole to
receive the cap.

D. The placement of the monument will be determined by the OWNER, but typically it will
be centered in or adjacent to the mine opening for backfill closures. Monuments should
not be placed where it is necessary to climb onto the closures to read them. Monument
positioning should consider the potential for vandalism and the potential for siltation that
could bury the cap. Monuments may be installed inby grate closures, but not so deep
that they cannot be easily read.

PART 4 - MEASUREMENT AND PAYMENT

4.01 BASIS OF PAYMENT

Basis of payment for the WORK will be on the BID PRICE per opening for completion of all
the WORK as described in this Section. Breakdown of the WORK into unit prices for
individual mine openings shown in the Bid Schedule will be used in determining partial
payment or adjustment of the total BID PRICE for this Section as the WORK progresses.

4: 17
4.02 MEASUREMENT

Measurement for mine closures will be on the BID PRICE per mine opening. Measurement
will be based on and compared to the dimensions and quantities identified on the bid sheets,
these Specifications and Drawings. The OWNER will request intermediate measurements to
determine progress of the WORK.

4.03 PAYMENT

A. Payment for mine closures will be for each mine site at the BID PRICE. Payment will
only be for those closures which are complete, accepted, and approved by the OWNER.
No partial payments will be made for individual mine openings.

B. Payment at the UNIT PRICE for additional quantities will be made for mine closures
when final quantities are greater than 15 percent in excess of the estimated quantities
shown on the bid sheet for a given mine site. Such unit price payment will require proof
of additional quantities provided by the CONTRACTOR and approval of the OWNER,
and shall be full compensation for the approved additional masonry or backfilling.
Reduction of payment for lesser quantities of masonry or backfill will also be made by the
OWNER for quantities greater than 15 percent below the estimated quantity shown on
the bid sheet for a given mine. Such UNIT PRICE adjustment will require approval of the
OWNER and will be full compensation for approved additional or reduced mine closure
quantities.

END OF SECTION 0250

4: 18
0251 Cast-In-Place Concrete

PART 1 - GENERAL

1.01 WORK INCLUDED

Cast-in-place concrete shall be used in the WORK for mine closures. This Section provides
the material standards, procedures and quality control that shall be required for cast-in-place
concrete.

1.02 SUBMITTALS

A. Concrete

1. CONTRACTOR shall submit with the Bid Proposal laboratory reports indicating that
the supplier's concrete ingredients meet requirements specified.

2. CONTRACTOR shall submit before use of cast-in-place concrete in WORK design


mixes and laboratory test reports indicating that the concrete ingredients and
proportions will result in concrete mixes meeting requirements specified.

B. Batch Tickets

CONTRACTOR shall submit, with each batch delivered, delivery tickets from the
concrete supplier setting forth the following information:

1. Name of Supplier
2. Name of batching plant and location
3. Date
4. Serial number of ticket
5. Truck number and batch number
6. Contract number and location
7. Volume of concrete (cubic yards)
8. Maximum size of aggregate
9. Type and brand of cement
10. Weight of cement
11. Maximum size of aggregate
12. Weights of fine and coarse aggregates
13. Types and amounts of admixtures
14. Weight of water, or, alternatively, the water:cement ratio

1.03 RELATED WORK

A. Section 0250: Mine Closures


B. Section 0252: Concrete Reinforcement
C. Section 0253: Bat Gate & Shaft Grate Installation
D. Section 0254: Polyurethane Foam Mine Closures

1.04 QUALITY ASSURANCE/DESIGN CRITERIA

A. Portland Cement Concrete Mixture

Concrete for closures and structural slabs shall have a minimum compressive strength of
3,000 psi in 28 days. The concrete shall be proportioned in accordance with ACI 211.
The type of cement used shall be Portland, Type II (ASTM C150). Air entrainment shall
be furnished in all concrete. Air content shall be 5% + 1%.

4: 19
B. Formwork

As outlined in ACI 301, Chapter 4.

C. Reference Standards (Latest Editions)

1. ACI 211 Recommended Practice for Selecting Proportions for Normal Weight
Concrete
2. ACI 301 Structural Concrete for Buildings
3. ACI 302 Guide for Concrete Floor and Slab Construction
4. ACI 304 Recommended Practice for Measuring, Mixing, Transporting and
Placing Concrete
5. ACI 305 Recommended Practice for Hot Weather Concreting
6. ACI 306 Recommended Practice for Cold Weather Concreting
7. ASTM C 31 Standard Method of Making and Curing Concrete Test Specimens in
the Field
8. ASTM C 33 Specification for Concrete Aggregates
9. ASTM C 39 Test for Compressive Strength of Cylindrical Concrete Specimens
10. ASTM C 94 Specification for Ready-Mixed Concrete
11. ASTM C 150 Specification for Portland Cement
12. ASTM C 172 Sampling Fresh Concrete
13. ASTM C 494 Specification for Chemical Admixtures for Concrete

PART 2 – PRODUCTS/MATERIALS

2.01 CEMENT

Cement shall be Type II Portland cement, conforming to ASTM C 150, unless otherwise
approved by the OWNER.

2.02 FINE AND COARSE AGGREGATE

Shall conform to ASTM C 33

2.03 WATER

Water shall be potable.

2.04 ADMIXTURES

A. Chemical Admixtures: ASTM C 494

B. Calcium Chloride will not be permitted.

2.05 FORMWORK

Form ties, fabricated so that portion remaining in the structure is at least two inches back
from concrete surface.

PART 3 - EXECUTION

3.01 FORMWORK

A. Forms shall be provided for all concrete except where instructed by the OWNER.

B. Form surfaces which will be in contact with concrete shall be treated with an effective
bond-breaking form coating. Such coating shall also effectively prevent the absorption of
water from the concrete by plywood forms.

4: 20
3.02 MIXING

A. Concrete may be mixed at the job site or delivered as "ready mix" at the
CONTRACTOR's option.

B. If mixed on the site, equipment and mixing procedures shall conform to ACI 301, Chapter
7.

C. If "ready mixed" concrete is used, it shall be mixed and transported in accordance with
ASTM C 94.

3.03 HOT WEATHER CONCRETING

Conform to the requirements of ACI 305

3.04 COLD WEATHER CONCRETING

Conform to the requirements of ACI 306

3.05 PLACING

A. Concrete shall be placed in accordance with the requirements of ACI 304, Chapter 6.

B. Concrete shall be placed in forms in horizontal layers of 12 to 18 inches as near as


possible to its final location.

C. Each horizontal layer shall be consolidated by using a mechanical vibrator. The vibrator
shall extend into the underlying layer to weld the two layers together. The use of
vibrators to move concrete horizontally within the forms shall not be permitted.

D. Concrete shall not be allowed to free fall more than 6 feet within the confines of the form
work. Use tremies, hoses, chutes, or other devices where greater distance is required.

3.06 FIELD QUALITY CONTROL

The OWNER may require random samples for the purpose of quality control.
CONTRACTOR shall take sample specimens of the concrete in cylindrical containers in
accordance with ASTM C 31 at the point of deposit as follows:

1. One sampling, consisting of a minimum of three cylinders, shall be made for each
batch of ready-mix concrete. At least one sampling shall be made for each 50 cubic
yards of concrete or for each day of placing.

2. The samples shall be taken in accordance with ASTM C 172.

3. All three sample cylinders will be taken at the same time: one cylinder to be used for
a 7-day test and two for a 28-day test. The average of the 28-day test results will be
used for determining acceptance.

4. The 7-day, and 28-day tests shall be performed in accordance with ASTM C 39.

3.07 CURING

Comply with the requirements of ACI 301.

4: 21
3.08 PATCHING

All damaged and honeycombed areas shall be repaired in accordance with ACI 301, Chapter
9.

3.09 FINISH

A. Formed Surfaces - After removal of forms, patch tie holes and defects. Remove fins
from surfaces.

B. Unformed Surfaces - Screed surfaces to indicated dimensions.

3.10 CONSTRUCTION JOINTS

A. Before placement of fresh concrete, CONTRACTORS shall clean reinforcing steel,


welded wire fabric and joint surfaces of hardened concrete.

B. Construction joints shall be prepared and bonded as provided in Section 6 of ACI 301 for
elevated slabs and ACI 302 for slabs on grade.

PART 4 - MEASUREMENT AND PAYMENT

Measurement and payment for cast-in-place concrete will be per the BID PRICE per mine
site in Section 0250: Mine Closures.

END OF SECTION 0251

4: 22
0252 Concrete Reinforcement

PART 1 - GENERAL

1.01 WORK INCLUDED

Concrete reinforcement is used in various parts of the WORK, described in Part 1 of Section
0251: Cast-in-Place Concrete. This section describes the requirements for concrete
reinforcement in concrete structures. Placement of concrete reinforcement shall be as
shown on the Drawings.

1.02 RELATED WORK

A. Section 0250: Mine Closures


B. Section 0251: Cast-in-Place Concrete

1.03 QUALITY ASSURANCE

Reference Standards (Latest Editions)


ACI 318 Building Code Requirements for Reinforced Concrete
ASTM A 615 Specifications for Deformed and Plain Billet-Steel Bars for Concrete
Reinforcement

PART 2 - PRODUCTS/MATERIALS

2.01 Reinforcing steel shall be made from plain or deformed new billet stock and shall conform to
ASTM A 615, Grade 60.

2.02 Reinforcement chairs, hangers, spacers, or other supports shall be non-corrosive.

2.03 All reinforcement shall be free from oil, mill scale and excessive rust, or other coatings that
will destroy or reduce bond.

PART 3 - EXECUTION

3.01 Reinforcement shall be accurately formed to the dimensions indicated.

3.02 All bars shall be bent cold and shall not be straightened in a manner which will injure the
material.

3.03 Bars shall be spaced and positioned as shown on the Drawings.

3.04 Three (3) inches of concrete cover shall be provided for main reinforcement.

3.05 Reinforcement shall be spliced and tied in accordance with the requirements of ACI 318, and
as shown in the Drawings.

PART 4 - MEASUREMENT AND PAYMENT

No separate measurement and payment shall be made for concrete reinforcement. OWNER
will ascertain that concrete reinforcement meets the requirements of this section and is sized
and placed in accordance with the Drawings and these Specifications. OWNER's approval
for pay items including concrete reinforcement will require the OWNER's acceptance and
approval of the concrete reinforcement.

END OF SECTION 0252

4: 23
0253 Bat Gate & Shaft Grate Installation

PART 1 - GENERAL

1.01 WORK INCLUDED

A. CONTRACTOR shall construct steel gates or grates in the portals and shafts as
specified in Section 0300: Specific Site Requirements and in accordance with this
section. The purpose of the gates and grates is to maintain airflow and wildlife access
while preventing human access into the mine.

B. This work shall consist of fabricating and installing steel bat gate or rebar shaft grate
closures within specific mine adits and shafts. Work shall include excavation of loose
material and trimming of the mine opening; drilling, placing, and grouting anchors;
concrete footers; and fabrication, installation, and welding of steel gates or grates in
accordance with these specifications. Refer to the Drawings for construction details.

C. The dimensions shown on Standard Drawings are generic and based upon a standard
design. Actual dimensions will be determined by the mine opening size and site
preparation. The CONTRACTOR shall make the necessary measurements and
adjustments to ensure that a competent gate or grate is constructed that will prevent
human access. Very large or irregularly shaped openings may require custom fitting or
modification of the generic design in consultation with the OWNER. Minor variations in
the location of the bat gate will be allowed so that the CONTRACTOR may select a
stable location for the bat gate, with the approval of the OWNER.

1.02 RELATED WORK

A. Section 0250: Mine Closures


B. Section 0251: Cast-in-Place Concrete
C. Section 0252: Concrete Reinforcement
D. Section 0254: Polyurethane Foam Mine Closures
E. Section 0300: Specific Site Requirements

PART 2 – PRODUCTS/MATERIALS

2.01 BAT GATE STEEL COMPONENTS

All steel used for bat gate closure construction shall be 12-14% manganese steel
(Manganal® steel or equivalent). Round stock used for horizontal crossbars, perimeter
supports, anchor pins, and supplemental vertical bars shall be #8 bars (1 inch diameter).
Flat stock used for vertical supports, roof anchor plates, gussets, and lock boxes shall be 4" x
½" plate. Welding rod shall be suitable for use on manganese steel.

2.02 REBAR SHAFT GRATE STEEL COMPONENTS

Steel used for shaft grate crossbars and anchor pins shall be mild steel rebar meeting the
requirements of ASTM A 615. Bars shall conform to Grade 60. Rebar used for shaft grate
crossbars and anchor pins shall be #8 bars (1 inch diameter).

2.03 CORRUGATED METAL PIPE (CMP)

Corrugated metal pipe shall be fabricated of 16 gauge (0.064-inch thickness) steel and shall
have 2-inch by 2-inch corrugations. Fabrication shall be riveted (5/16-inch/ single rivet),
welded, or helical. Continuous lap seam and continuous welded seam shall be considered
equivalent in strength to two fasteners per corrugation seam. Fabrication must meet AWS
“Structural Welding Codes” and AASHTO 1977 Standard Specifications for Highway Bridges.

4: 24
CMP galvanization shall meet the requirements of ASTM A386 for assemble products for
ASTM A123 for rolled, pressed, and forged steel shapes. Galvanizing repair paint shall meet
specification MIL-P-21035. All pipe couplings and hardware shall be compatible with CMP.

2.04 CONCRETE REINFORCEMENT

Steel used for concrete reinforcement shall be mild steel rebar meeting the requirements of
ASTM A 615. Bars other than ties shall conform to Grade 60. Ties shall conform to Grade
40 or Grade 60. Rebar used for concrete reinforcement shall be #4 bars (½ inch diameter).
All reinforcing steel shall be free from rust, scale, or other coating that will destroy or reduce
the bond with the cement-grout.

2.05 CEMENT-GROUT

Cement-grout shall consist of a mixture of sand, aggregate, and cement capable of attaining
a compressive strength of 3,000 psi in 28 days. Maximum size of coarse aggregate shall be
¾ inch.

2.06 EPOXY RESIN GROUT

Epoxy resin grout shall conform to the requirements of ASTM C881, Type IV, grade 3.

2.07 PADLOCKS

Padlocks for locking bat gates shall have a minimum 3/8" diameter shackle. Padlocks shall
be heavy duty, such as the Master® No. 5D or equivalent. All locks shall be keyed the same.

PART 3 - EXECUTION

3.01 GENERAL

CONTRACTOR shall construct steel gate closures in adits and steel grate closures in shafts
as specified below, as shown on the Drawings, and as specified in Section 0300: Specific
Site Requirements. The final design, fabrication, and erection of the gate or grate closure
shall conform to the guidelines established with these specifications and the drawings. The
final design shall be the responsibility of the CONTRACTOR, subject to OWNER's approval.

3.02 BAT GATE INSTALLATION

A. Location. Variation of the bat gate closure location will be allowed so that the
CONTRACTOR can select a suitable location as approved by OWNER. Parameters for
suitable location shall be as follows:

1. Select an area in which competent rock is found in the roof, ribs, and floor of the adit.

2. Utilize smooth, non-fractured faces in the ribs and roof, where possible, such that the
gate can be "keyed" into the rock to provide more strength and integrity to the
closure.

3. Locate the bar gate closure a minimum of three feet into the adit or as approved by
the OWNER.

B. Preparation. The CONTRACTOR shall scale down the roof and ribs of the adit,
removing any loose rock from the area in which the bat gate closure is to be constructed
and along access to the closure. The portal shall be cleaned and shaped as directed by
OWNER. Historic structural features shall be preserved and maintained.

4: 25
C. The concrete footer shall be poured in a trench excavated to the dimensions shown on
the Drawings. Concrete shall be reinforced with #4 (½-inch) rebar on 12-inch centers
with a minimum 2-inch concrete cover on all surfaces. Concrete shall not be poured until
the gate steel and rebar have been installed. Concrete shall be mounded as necessary
so that the gap between the top of the footer and the bottom crossbar of the gate is no
larger than 4 inches. Forms will not be required unless called for by sloping conditions or
deep unconsolidated floor material. If used, forms shall be sufficiently braced to prevent
movement or dislocation during or after setting the gate steel and rebar in place. Forms
shall be removed upon completion of the closure. Concrete construction shall be done in
accordance with Section 0251: Cast-In-Place Concrete and Section 0252: Concrete
Reinforcement.

D. Anchor pins shall be doweled into the adit walls a minimum of 12 inches and grouted into
place with either cement or epoxy resin. The CONTRACTOR shall determine the means
of drilling into the rock and submit the method to the OWNER for approval prior to the
start of the drilling operations. Anchor pins shall protrude from the adit ribs to attach the
perimeter supports and roof anchor plates. Anchor pins shall be fillet welded to the
perimeter bars. Roof anchor plates shall be 4 inches by 8 inches and welded with a
continuous bead to the top of the vertical supports and the anchor pins. There shall be
at least two anchor pins on each side of the adit and at least one pin for each roof anchor
plate. Anchor pins shall be located in competent rock affording the most secure
placement. Anchor plate and pin locations and dimensions may be adjusted to fit site
conditions with approval of OWNER.

E. Perimeter bars shall be fillet welded to the anchor pins to provide a continuous steel
lining on the adit ribs. Perimeter bars shall be bent or cut into segments to conform
closely to irregular surfaces, with a maximum gap of 6 inches between the rib and the
bar. If cut into segments, ends of segments shall be butt-welded to each other to form a
continuous piece. Perimeter bars shall be installed on the outby side of the gate or as
directed by OWNER. However, the perimeter bar at the position of the removable
locking bar (crossbars 4 and 5, perimeter bar welded to crossbars 3 and 6) must be on
the inby side of the gate.

F. The vertical supports shall have 1⅓-inch diameter holes at the required spacing to
accept the horizontal crossbars with a minimum of play. Vertical supports shall extend
into the concrete footer and shall be positioned as close to the adit ribs as possible, with
a maximum gap of 16 inches between the rib and the vertical support. Vertical supports
shall be plumbed as directed by OWNER. The tops of the vertical supports shall be
welded to the roof anchor plates with a continuous bead.

G. Horizontal crossbars below a height of 48 inches above the top of the footer shall be
spaced on 5-inch centers for a maximum gap between bars of 4 inches. Horizontal
crossbars over 48 inches high shall be spaced on 6½-inch centers for gaps between
bars of 5½ inches. With vertical supports and supplemental vertical bars in place, no
opening in the bars below 48 inches high shall be larger than 24 inches by 4 inches.
There shall be at least one opening in the top tier of bars that is 24 inches by 5½ inches,
but no opening in the bars above 48 inches high shall be larger than this. Ends of
horizontal crossbars shall be installed to within one inch of the adit rib surface. Except for
the removable locking bar, horizontal crossbars shall be fillet welded at each intersection
with the perimeter bars and supplemental vertical bars and spot welded at each
intersection with the vertical supports.

H. Supplemental vertical bars shall be installed on the outby side of the horizontal crossbars
on 24½-inch centers as necessary so that no gate opening is greater than 24 inches
wide. Supplemental vertical bars shall be fillet welded to horizontal crossbars at each
intersection. Supplemental vertical bars shall extend down to the concrete footer.

4: 26
I. The lock box shall be constructed to the shape and dimensions shown on the drawings
with fillet welds at all joints. The box shall be welded onto the vertical support at the
position of the fourth and fifth horizontal crossbars from the bottom. Tolerances for the
lock mechanism construction shall be sufficient to prevent vandals from accessing the
padlock with common hand tools. Supplemental shields may required to protect the
mechanism.

J. The fourth and fifth horizontal crossbars shall be welded together with spacers and
gussets to form a single removable, lockable unit as shown on the Standard Drawings.
Gussets 4 inches square shall be fillet welded to the crossbars and spacers on both
sides with a continuous bead. The lockbox ends of the crossbars shall be shaped as
shown on the drawings to accept the padlock. The free ends of the crossbars of the
removable unit, when installed, shall not extend beyond the vertical support more than
18 inches. Any remaining gap between the ends of the removable crossbars and the
adit rib shall be filled with immovable crossbars and vertical bars as required, following
the same pattern as the rest of the gate.

K. Upon completion, soil or rock excavated for the closure preparation and footer trench
shall be replaced or scattered to blend with the surroundings. The portal area shall be
cleared of all construction materials, formwork, and construction-generated trash and
debris. The site shall be left with a clean and finished appearance.

L. All horizontal crossbars shall be continuous. Joints, if required, shall be butt joints, with
bar ends welded to each other to form a continuous piece.

M. Additional bars or plates may be required to close gaps due to irregularities in the adit rib
surface or as supplemental supports, gussets, or lock shields.

N. All field welds shall be in accordance with the requirements of the American Welding
Society (AWS) D.1.1.

O. Variation in the generic design or custom fitting may be required to accommodate site-
specific conditions. Section 0300: Specific Site Requirements may specify alternate
materials, dimensions, or design modifications for specific mine openings.

3.03 REBAR SHAFT GRATE INSTALLATION

A. Location. Variation of the location of the shaft grate will be allowed so that
CONTRACTOR can select a suitable location for the shaft grate, with approval of
OWNER. Parameters for suitable location of the rebar shaft grate shall be as follows:

1. Select an area in which competent rock is found around the collar of the shaft, if
possible.

2. Select an area with minimum irregularities in the collar to avoid excessive site
preparation for the construction of the grade beam around the collar.

3. Locate the grade beam at a reasonable distance (typically 3 feet minimum, or as


directed by the OWNER) from the shaft collar to reduce the possibility of collapse of
the collar of the shaft.

4. Grates at shafts with competent rock collars where grade beams are omitted shall be
installed at grade or inside the opening to a maximum depth of 3 feet below grade.

B. Preparation. CONTRACTOR shall excavate to solid rock where the grade beam is to be
constructed where the depth does not exceed two feet to bedrock. Any mud, clay, moss,
or other materials where the grade beam is to be constructed which would be deleterious
to the integrity of the grate or grade beam and would not allow good bonding of the

4: 27
concrete to the rock shall be removed. Historic structural features shall be preserved
and maintained. Drainage shall be provided for any water that would accumulate on
either side of the grade beam. Excavated materials shall be set aside for replacement
later.

C. Where possible, concrete grade beams shall be constructed on competent foundation


rock which is not friable, subject to deterioration, or otherwise unacceptable and the
foundation rock is approved by OWNER. The grade beam shall be a minimum of 12
inches high and 12 inches wide. Grade beams for grates larger than 15 feet in either
dimension (measured from the interior sides of the grade beams) shall be a minimum of
18 inches high and 12 inches wide, or as directed by OWNER. Grade beams shall be
pinned to the foundation rock using #8 rebar anchor pins installed a minimum of 18
inches into the rock, grouted, and set 2 inches below the upper surface of the grade
beam. Rebar anchor pins shall be located on 8-foot centers maximum.

D. Forms will be required for all grade beams. Forms shall be sufficiently braced to prevent
movement or dislocation during or after setting the grate steel and rebar in place.
Concrete shall be reinforced with #6 (¾-inch) rebar as shown on the Drawings. Concrete
shall not be poured until the grate steel and rebar have been installed. Concrete shall be
poured in one continuous operation and shall be free of cold joints. The grade beam
shall be free of any voids within the beam structure and shall be 100 percent concrete
construction. Concrete construction shall be done in accordance with Section 0251:
Cast-In-Place Concrete and Section 0252: Concrete Reinforcement.

E. Grates larger than 15 feet in either dimension (measured from the interior sides of the
grade beam) shall be constructed with a supplemental support for the grate. This
support shall be a mild steel W8 x 15 I-beam centered in the long-dimension sides, and
running across the short dimension of the grate. The I-beam support shall be positioned
directly beneath the crossbars and will be embedded in the grade beam 4 inches at each
end. The height of the grade beam will be adjusted as needed to accommodate
additional height of the I-beam support.

F. Crossbars shall be installed in the grade beams running each direction on 8-inch centers
to form a square grid. Crossbars shall be positioned a minimum of 4 inches below the
top surface of the grade beam. Crossbars running the short dimension of the grate shall
be placed underneath, except where there is a supplemental I-beam support. Each
intersection of the crossbar grid shall be fillet welded on the upper side.

G. In shafts with competent collars, grade beams may be omitted with approval of the
OWNER. Rebar anchor pins shall be installed a minimum of 12 inches into the collar. At
least 4 anchor pins shall be installed, with a maximum spacing of 8 feet between pins.
Support bars shall be welded to the anchor pins. Grate crossbars shall be installed on
the support bars, running each direction on 8-inch centers to form a square grid. Each
intersection of the crossbar grid and each contact with the support bars shall be fillet
welded on the upper side.

H. Crossbars shall be continuous. Lap joints, if required, shall be a minimum of 5 inches


with continuous fillet welds along both sides of the lap joint.

I. All field welds shall be in accordance with the requirements of the American Welding
Society (AWS) D.1.1.

J. Upon completion, the collar areas shall be cleared of all construction materials,
formwork, and construction-generated trash and debris. Material excavated for the
grade beam preparation shall be backfilled against the beam. Excess material shall be
blended into the surrounding area. The site shall be left with a clean and finished
appearance.

4: 28
K. Variation in the generic design or custom fitting may be required to accommodate site-
specific conditions. Section 0300: Specific Site Requirements may specify alternate
materials, dimensions, or design modifications for specific mine openings.

3.04 CMP BAT GATE (ADIT GATE) INSTALLATION

A. Bat gates shall be installed in CMP culverts in unstable locations where gates cannot be
anchored directly to competent rock. Culverts may be round or elliptical. Culvert
diameters and lengths will be specified in Section 0300: Specific Site Requirements.
Culverts will typically be the largest diameter that will fit the opening. Culverts will
typically extend inby the brow to competent rock or a minimum distance of twice the adit
height. Culverts will typically extend outby the brow 2 feet past the backfill line.

B. Adit Preparation. The CONTRACTOR shall scale down the roof and ribs of the adit,
removing any loose rock from the area in which the CMP bat gate closure is to be
constructed and along access to the closure. The portal shall be cleared of obstructions,
trimmed, and shaped as directed by OWNER to receive the culvert. Historic structural
features shall be preserved and maintained.

C. Pipe Bed. A pipe bed of sand, crushed rock, fine mine dump material (minus 3 -inch) or
equivalent shall be placed a minimum 4 inches thick on the adit floor. The bed shall
have a constant grade and shall provide continuous support for the culvert along its
entire length. Where the height of the adit is substantially greater than the culvert
diameter, unclassified fill maybe placed in the adit to raise the culvert to the desired
elevation. Pipe bedding will then be placed on the unclassified fill.

D. Culvert Installation. The culvert shall be slipped into position in the adit onto the pipe
bed. The culvert shall be supported by bedding along its entire length when in place.
Care shall be taken to avoid buckling or joint separation during handling and subsequent
backfilling operations.

E. Bat Gate Installation. The bat gate may be installed before or after placement of the
culvert in the adit. The bat gate shall be installed as described in Part 3.02 above, with
the following changes: the vertical supports and horizontal crossbars extend through the
culvert a minimum of 6 inches and the perimeter bars are placed on the outside of the
culvert. All crossbars shall be spaced on 5-inch centers for a maximum gap between
bars of 4 inches. No opening in the bars shall be larger than 24" x 4".

F. Headwall. A concrete headwall shall be constructed around the culvert and bat gate.
The headwall shall be a minimum of 12 inches thick and shall extend out from the culvert
a minimum of 12 inches in each direction. The headwall shall be centered on the bat
gate. The concrete shall be reinforced with a single mat of #4 (½-inch) rebar on 12-inch
centers. Concrete shall not be poured until the gate steel and rebar have been installed.
Concrete shall be poured in one continuous operation and shall be free of cold joints.
The headwall shall be free of any voids and shall be 100 percent concrete construction.
Concrete construction shall be done in accordance with Section 0251: Cast-In-Place
Concrete and Section 0252: Concrete Reinforcement.

G. Backfill. The gap between the culvert and the adit walls shall be completely backfilled for
the full length and full circumference of the culvert. Polyurethane foam (PUF) shall be
used to plug the interior reach of the gap. PUF application shall be in accordance with
section 0254: Polyurethane Foam Mine Closures. PUF can be injected through holes
drilled in the culvert every three feet to reach inaccessible areas. Worker area shall be
adequately ventilated during PUF installation. Unclassified fill shall be used to fill the
exterior reach of the gap. Earthen backfill shall extend a minimum of 4 feet inby the
brow. Backfill shall be placed by hand and tamped. Backfill outby the brow may be
place by machine and shall be placed in 12-inch lifts and compacted until reaching the

4: 29
top of the pipe. The area around the culvert and headwall shall be backfilled to blend
with the adjacent slopes. Final grade shall provide positive drainage away from the adit.

H. Upon completion, the area shall be cleared of all construction materials, formwork, and
construction-generated trash and debris. The site shall be left in a clean and finished
appearance.

I. Variations in the generic design or custom fitting may be required to accommodate site-
specific conditions. Section 0300: Specific Site Requirements may specify alternate
materials, dimensions, or design modifications for specific mine openings.

PART 4 - MEASUREMENT AND PAYMENT

4.01 BASIS OF PAYMENT

Basis of payment for the WORK will be on the BID PRICE per opening for completion of all
the WORK as described in this Section. Breakdown of the WORK into unit prices for
individual mine openings shown in the Bid Schedule will be used in determining partial
payment or adjustment of the total BID PRICE for this Section as the WORK progresses.

4.02 MEASUREMENT

Measurement for mine closures will be on the BID PRICE per mine opening. The BID
PRICE shall include all costs for labor, materials, equipment and all other items necessary
for completion of the work as described in this section. Measurement will be based on and
compared to the dimensions and quantities identified on the bid sheets, these Specifications
and Drawings. The OWNER will request intermediate measurements to determine progress
of the WORK.

4.03 PAYMENT

A. Payment for mine closures will be for each mine site at the BID PRICE. Payment will
only be for those closures which are complete, accepted, and approved by the OWNER.
No partial payments will be made for individual mine openings.

B. Payment at the UNIT PRICE for additional quantities will be made for mine closures
when final quantities are greater than 15 percent in excess of the estimated quantities
shown on the bid sheet for a given mine site. Such unit price payment will require proof
of additional quantities provided by the CONTRACTOR and approval of the OWNER,
and shall be full compensation for the approved additional grate quantity. Reduction of
payment for lesser quantities of installed grate will also be made by the OWNER for
quantities greater than 15 percent below the estimated quantity shown on the bid sheet
for a given mine. Such UNIT PRICE adjustment will require approval of the OWNER and
will be full compensation for approved additional or reduced mine closure quantities.

END OF SECTION 0253

4: 30
0254 Polyurethane Foam Mine Closures

PART 1 - GENERAL

1.01 DESCRIPTION

The polyurethane foam (PUF) closure of adits consists of installing a bulkhead form,
installing PUF to specifications, and backfilling over the PUF with random fill. In shafts, the
closure work consists of installing a bottom form, installing PUF to specifications, installing
drainage material, topping the PUF with a layer of concrete, and backfilling over the PUF to
the specified level with random fill. For shafts, one ventilation/drainage pipe is required.
Refer to the drawings for construction details.

1.02 SUBMITTALS

CONTRACTOR shall submit with the Bid Proposal the proposed construction procedures,
including a description of the form materials to be used and the foam application equipment
or method.

1.03 RELATED WORK

A. Section 0250: Mine Closures


B. Section 0251: Cast-In-Place Concrete
C. Section 0252: Concrete Reinforcement
D. Section 0300: Specific Site Requirements

PART 2 - PRODUCTS/MATERIALS

2.01 FORMWORK

A. The forms and cross members may consist of any commonly available building materials
capable of sustaining the initial lift of two to four feet of PUF. Examples of acceptable
forms and cross members include but are not limited to, the following:

Cross-Member & Bottom Form


Rebar & Plywood
2x4s & Cardboard or Chicken Wire
Dowels & Paneling
Cardboard Tubes & Carpeting
Blocks of PUF (generated onsite)
Waterbed Mattresses (inflated remotely in the shaft with a hose and air compressor)

B. Any combination of the above noted materials that achieves the required performance
will be acceptable. Alternate bottom forms will be acceptable upon approval by the
OWNER.

C. Any breach in the bottom form caused by vandals or rock fall is required to be repaired
before the arrival of the PUF applicators to the site. The CONTRACTOR is responsible
for the integrity of the bottom form, and the loss of any polyurethane should it fail.

2.02 POLYURETHANE FOAM (PUF)

PUF is required to have a minimum installed density of 1.85 pounds per cubic foot (pcf).
PUF characteristics shall conform to the minimum following standards:

4: 31
PUF CHARACTERISTIC STANDARD SPECIFIED IN
Density 1.85 pcf, nominal
Closed cell content 90% ASTM D-2856
Compressive strength 25 psi ASTM D-1621
Water absorption 1% by volume ASTM D-2127
Exothermic Reaction Rate Low
Fire Resistance Low ASTM D-1692

Polyurethane foam used may not contain any CFC's (chlorinated fluorocarbons).

2.03 PROPORTIONING UNIT

A. The proportioning unit shall be capable of attaining a minimum temperature of 125°F.


The proportioning unit shall be Gusmer Model H-11 or equivalent. For remote sites, or
with approval of the OWNER, smaller capacity proportioners will be acceptable. In this
event, the proportioner shall be the Gusmer FF, or equivalent.

B. Minimum heated hose length from proportioner to gun shall be 80 feet. The hose shall
maintain or increase component temperature from the proportioner. Longer heated hose
lengths may be required depending upon distance from the proportioning unit to the
reclamation site.

2.04 APPLICATION GUN

The application gun shall be capable of mixing plural components in the proper ratio at the
minimum acceptable output of four pounds per minute. The gun shall be a Gusmer AR
mechanically self-cleaning design, or equivalent.

2.05 PREPACKAGED, PRE-PROPORTIONED PUF KITS

PUF products consisting of factory prepared kits that are designed to combine and dispense
pre-measured quantities of components in the proper ratios may be used in place of an
onsite proportioning unit and application gun, with the approval of OWNER. One such
product is the foam closure bag manufactured by Foam Concepts Inc. (see Part 2.10 below).
PUF kits shall be used according to the manufacturer's specifications.

2.06 CEMENT PLUG

Concrete for the cement plug shall have a minimum compressive strength of 3,000 psi in 28
days. The concrete shall be proportioned in accordance with ACI 211. The type of cement
used shall be Portland, Type II (ASTM C150). Air entrainment shall be furnished in all
concrete. Air content shall be 5%± 1%. Water/cement (W/C) ratio is approximately 0.49 with
minimum cement content of 564 lbs/CY. Concrete mixed at the jobsite shall be in
accordance with ACI 301, chapter 7. Ready mix concrete shall be in accordance with ASTM
C94.

2.07 FILTER CLOTH

The filter cloth, either woven or non-woven at the CONTRACTOR's option, shall have a
minimum thickness of 15 mil in accordance with ASTM D-1777 and a minimum permeability
of 10-2 cm/sec, such as Fibertex 150® manufactured by Crown Zellerbach or equivalent
approved by OWNER. Prior to installation, the CONTRACTOR shall provide the OWNER
with documentation that the filter cloth furnished meets the chemical, physical and
manufacturing requirements of this Section.

4: 32
2.08 VENTILATION/DRAIN PIPE

The ventilation/drain pipe shall consist of 2-inch diameter steel pipe. Plastic pipe shall not be
used because the heat of the foam reaction can melt it.

2.09 RANDOM FILL MATERIAL

Random fill material shall consist of native, on-site soils and sandstone rock. The types of
miscellaneous fill material to be used shall be approved by the OWNER prior to initiating the
work.

2.10 SUPPLIERS OF PUF

Potential suppliers of polyurethane foam (PUF) are:

Foam Concepts, Inc. Ron Walker


309 NE 9th Ave Azco Construction
Grand Rapids, MN 55744 2055 West US Highway 50 East
(800) 556-9641 Penrose, Colorado 81240-9575
(218) 327-1196 FAX (719) 372-6872
E-mail: sales@foamconceptsinc.com General contractor with PUF equipment.
http://www.foamconceptsinc.com
A Urethane Service and Supply
Progressive Marketing Group 2200 West 2300 South
1906 Highway 71 North West Valley City, Utah 84119
P.O. Box 860 (801) 974-0995
Okoboji, Iowa 51355 (801) 974-3058 FAX
(712) 332-9013 E-mail: urethane@qwest.net
(800) 373-2593 Roofing contractor.
(712) 332-9653 FAX
(800) 398-2762 FAX T&W Wilson Spray Urethane
(800) 806-1171 Dennis Gustafson 7200 South 2700 West
E-mail: pmgroup@rconnect.com West Jordan, Utah 84084
Vendor of Equipmentless Foam Contact: Terry Wilson
Sealant™. (801) 566-1020
(801) 566-6620 FAX
Utah Foam Products Roofing contractor.
Ernest Wilson Co.
3609 South 700 West Mine Seal, LLC
Salt Lake City, Utah 84119 P.O. Box 231329
Contact: Dennis Beckstead Las Vegas, NV 89123
(801) 269-0600 Utah Foam Products (888) 732-5783
(801) 265-9444 Ernest Wilson Co. (888) 531-6883 FAX
(801) 269-0620 FAX Mine closure consulting firm.
E-mail: info@utahfoam.com www.mine-seal.com
UFP is a supplier of raw materials. EWC
is the contracting arm of the company.

Most roofing contractors that apply PUF roofing should be capable of providing the
appropriate product for mine closure use.

These names are provided for the convenience of bidders. Other vendors may exist. The
OWNER does not endorse or warrant the reliability or product of any of these vendors.

PART 3 - SAFETY

3.01 WORKER PROTECTIONS

A. PUF shall be applied by workers wearing organic respirator masks and safety glasses or
goggles. State or Federal regulations requiring additional equipment shall supersede
these specifications.

B. There shall be no welding, smoking, or open flame within 100 feet of PUF application. A
minimum 15-pound, class ABC fire extinguisher must be on site at the mine opening
where the PUF is being applied during foam application.
4: 33
C. Oxygen Content of Working Area

1. An oxygen meter must be used to test air before and during installation of the bottom
forms. The oxygen meter will be supplied by the CONTRACTOR and operated only
by the Certified Person. Refer to Section 0200, Part 1.04.C and Section 0250, Part
1.04.

2. Oxygen Meter. The oxygen meter shall be a National Mine Service (NMS) OX231
oxygen meter or equivalent. The oxygen meter shall continuously monitor oxygen
levels and have an audible warning. If the oxygen content falls below 19%, all
personnel must withdraw from the working area in the mine until the oxygen content
increases to safe levels.

3. Any remedy for increasing oxygen content of the working area and/or providing
ventilation from the surface must be determined in consultation with the OWNER and
the Certified Person.

3.02 MATERIAL HANDLING AND TRANSPORT

A. Materials shall be stored per the manufacturer's specifications. All safety precautions
outlined by the Polyurethane Division of the Society of Plastics Industries, NFPA, OSHA,
EPA and the manufacturer's Material Safety Data Sheets (MSDS) shall be observed.
MSDS and technical data sheets shall be on-site and available at all times.

B. The CONTRACTOR shall follow all applicable State and local regulations for transport
and use of PUF and chemicals required for cleanup. The CONTRACTOR shall also
obtain any necessary permits for transportation. The CONTRACTOR shall be aware of
agencies and jurisdictions requiring notification in the event of a component leak or spill.
In the event of a leak or spill, the CONTRACTOR shall notify the appropriate parties.

PART 4 - EXECUTION

4.01 SHAFT CLOSURE INSTALLATION

A. CLEARING DEBRIS

Clear debris other than fixed, attached or permanent structures from the shaft before
PUF is installed as directed by the OWNER. Historic structural features shall be
preserved and maintained. Any historic debris removed shall be placed neatly to the
side of the opening.

B. FORMWORK

1. The formwork shall be installed below the surface of the shaft at the bottom of the
foam depth level. The depth of foam required to plug a shaft shall be determined by
the following formulas, where "a" is the smaller dimension of a rectangular shaft
opening and "b" is the larger dimension:

a. for shafts where a = b, the depth of foam should be: 2a.


b. for shafts where a < b < 3a, the depth of foam should be: 2a + ½(b-a)
c. for shafts where b > 3a, the depth of foam should be: 3a.

2. Cross-member supports may be placed at an angle not more than 20 degrees from
horizontal as long as both ends are seated in the shaft. The bottom form shall be set
over the cross-members. Formwork may be suspended by ropes to avoid placing
personnel inside the shaft.

4: 34
3. Bottom forms shall be completed prior to application of any polyurethane foam.
Depending on the particular chemical components and application system used,
foam reactions times will vary. PUF may still be a liquid when it hits the bottom form.
Experience has shown that there can be a substantial loss of PUF to leakage
through holes in the form or gaps between the edge of the form and the shaft walls in
the 10-20 seconds it takes for the PUF to expand and seal the bottom. The
CONTRACTOR is responsible for the integrity of the bottom form and for the loss of
any polyurethane should it fail.

4. The installed depth to bottom form shall be indicated on the as-built drawings for
polyurethane foam closures, if required.

C. VENTILATION/DRAIN PIPE

1. The ventilation/drain pipe shall be placed over a portion of the bottom form
unobstructed by cross-members. The ventilation/drain pipe shall be open to the
shaft after installation of the foam. The ventilation/drain pipe shall be supported by a
tripod or other load-bearing device such that the load is not placed on the bottom
form.

2. The 2-inch steel ventilation/drain pipe shall be installed into the approximate center
of the PUF installation and shall extend vertically to the lines and grades as shown
on the Standard Drawings.

3. The steel ventilation/drain pipe shall extend up through the entire PUF and concrete
plug installation to provide ventilation and a watercourse through the entire structure.
The 2-inch steel pipe shall be cut off level at the top of the concrete plug.

D. POLYURETHANE FOAM (PUF) APPLICATION

1. PUF shall be applied in lifts with a maximum rise of 1.5 feet. Installed PUF lifts shall
pass through the tack free stage before applying the next lift. At no time shall
sprayed or poured PUF cut into rising foam. The PUF shall be applied in such a
manner that the entire void is filled, and that shadow zones or voids are not created
during PUF application, and does not raise the temperature to unsafe levels. At the
discretion of the OWNER, thermocouples may be used to monitor exothermic
generation. PUF application shall cease if heating or off-ratio foam is observed. The
CONTRACTOR shall remedy off-ratio foam and demonstrate proper quality PUF to
the OWNER before application resumes. See Part 4.03 below for characteristics of
off-ratio foam.

2. The surface of the void to be filled shall be as free as possible of grease and
standing water. PUF shall not be applied to surfaces with running water. Remedial
action for such situations shall be specified by the OWNER. Polyurethane foam
shall not be applied directly to a debris plug, but must be applied to a bottom form of
known physical and chemical properties. PUF shall not be applied during rain unless
the foam is protected from interaction with water by a physical barrier.

3. If off-ratio PUF is observed, the applicator must stop, correct the imbalance and
continue application with the proper ratio PUF. Correction and determination of the
foam ratio shall be done on a plastic sheet away from the work area. Any lift of off-
ratio PUF comprising over two percent (2%) of the intended PUF column height shall
be removed. An amount of off-ratio PUF less than two percent (2%) of the specified
volume may remain if allowed to cool, and if the outer perimeter of off-ratio foam is
removed.

4. The CONTRACTOR shall be responsible for any lost or damaged equipment. In


addition, damages or claims arising from PUF overspray shall be the responsibility of

4: 35
the CONTRACTOR. Under no circumstances shall foreign material be placed in the
PUF unless specifically authorized by the OWNER. Non-PUF materials must be
non-toxic, non-hazardous and not compromise the strength or water saturation
characteristics of the PUF.

5. Upon reaching the specified grade as shown on the Standard Drawings, the
CONTRACTOR shall clean up PUF operations and wait a minimum of one hour
before initiating construction of the concrete plug.

E. CONCRETE PLUG

1. The concrete plug shall be placed directly on top of the polyurethane foam (PUF) as
shown on the Standard Drawings and be one foot thick, covering the entire width of
the opening. There shall be complete contact along the entire perimeter of the plug
with the opening walls.

2. The CONTRACTOR shall determine the means of concrete plug placement and
submit it to the OWNER for approval prior to the start of construction.

3. The top of the concrete plug shall be reasonably smooth and completed to provide
drainage to the 2-inch steel ventilation/drain pipe.

4. Placement of backfill on top of the concrete plug will not be allowed until the
structure has cured for a minimum of 24 hours.

F. FILTER CLOTH

1. The geotextile filter cloth shall be placed in all required structures in a manner
acceptable to the OWNER.

2. Fabric shall be rejected at the time of installation if it has defects, rips, holes, flaws,
deterioration or damage incurred during manufacture, transportation or storage.
Fabric damaged before or during the installation shall be replaced at the
CONTRACTOR's expense.

3. The fabric shall be placed without stretching and shall lie smoothly in contact with the
concrete plug surface. Each strip shall be continuous in width with no joints. The
fabric shall be placed with overlapping seams perpendicular to the long axis of the
opening. When end overlapping of strips is necessary, the joints shall be overlapped
a minimum of two feet. End overlaps shall be made in the direction of the long axis
of the opening. The work shall be scheduled so that not more than one day elapses
between the placement of the fabric and the time it is covered with the specified
material.

4. The filter cloth shall be installed over the top of the concrete plug and 2-inch PVC
ventilation/drain pipe so that free drainage is possible.

G. RANDOM FILL MATERIAL

1. Random fill material shall consist of on-site, native materials as approved by the
OWNER. Fill material shall be placed to the thickness shown on the Standard
Drawings.

2. Materials for random fill material shall be placed by methods to produce a uniform
mass. The first two-foot lift shall be placed by hand or bucket to lower the velocity of
impact against the concrete plug. The final surface of the backfilled opening shall be
mounded a minimum of one foot above the original ground. Care should be taken
not to plug the drain pipe with fill material.

4: 36
H. SITE CLEAN-UP

All construction-generated trash and debris, such as scrap materials and spilled PUF or
concrete, shall be cleaned up and removed. CONTRACTOR shall avoid spraying foam
at undesignated targets. Improperly applied PUF and overspray shall be removed.

I. MODIFIED PUF CLOSURE (RECESSED SURFACE)

The standard PUF closure design may be modified for certain shafts designated as
historically significant. For these openings, the top surface of the random fill material
shall be recessed inside the shaft opening to within three feet of the adjacent ground
surface. The minimum thickness of the random fill layer shall be two feet. The positions
of the bottom form, PUF, and concrete are lowered accordingly. The intent of the
recessed fill is to maintain the original appearance of the opening while still eliminating a
serious fall hazard. Shafts designated as historically significant and requiring a recessed
closure are listed in Section 0300: Specific Site Requirements and/or the appendices.

4.02 ADIT PUF CLOSURE INSTALLATION

A. CLEARING DEBRIS

Clear debris other than fixed, attached, or permanent structures from the adit before PUF
is installed as directed by the OWNER. Historic structural features shall be preserved
and maintained. Any historic debris removed shall be placed neatly to the side of the
opening.

B. FORMWORK

1. The formwork shall be installed inby the brow of the adit to allow for a minimum foam
thickness of two feet.

2. Cross-member supports may be placed at an angle not more than 20 degrees from
vertical as long as both ends are seated in the adit.

3. Forms shall be completed prior to application of any polyurethane foam. Any breach
in the form caused by vandals or rock fall shall be repaired prior to arrival of PUF
applicators at that site. The CONTRACTOR is responsible for the integrity of the
form, and the loss of any polyurethane should it fail. The installed depth to form shall
be indicated on the as-built drawing for polyurethane foam closures, if required.

C. VENTILATION/DRAIN PIPE

Designated openings shall require the installation of a drainage pipe. The drainpipe shall
be located near the base of the closure within 15 inches of the intersection of the floor
material in the approximate center of the closure or near a low spot along the base. The
drainpipe shall extend through the base of the closure. The drainpipe shall protrude a
minimum of 12 inches on either side of the seal and shall be made from 6-inch nominal
diameter steel pipe. The inside end of the pipe shall be firmly supported by block or
natural stone. Both the inside and outside ends of the pipe shall be clear of any
obstructions which would impair or restrict flow. Both ends of the pipe shall be covered
with a protective screen mesh. Gravel shall be installed over the ends of the pipes to
protect the pipe from roof falls and plugging. Gravel shall form a drain and cover the top
of the pipe with a minimum of 8 inches of material. The gravel drain shall be no less than
18 inches wide and shall extend to and from the end of the pipes a minimum of two feet.
Gravel used in the drain channels shall be selected material ranging from ¾ to 6 inch in
size. CONTRACTOR shall extend a drainage channel away from the bulkhead if it is
situated such that water could impound near the base.

4: 37
D. POLYURETHANE FOAM (PUF) APPLICATION

1. PUF shall be applied in lifts with a maximum rise of 1.5 feet. Installed PUF lifts shall
pass through the tack-free stage before applying the next lift. At no time shall
sprayed or poured PUF cut into rising foam. The PUF shall be applied in such a
manner that the entire void is filled, and that shadow zones or voids are not created
during PUF application, and does not raise the temperature to unsafe levels. At the
discretion of the OWNER, thermocouples may be used to monitor exothermic
generation. PUF application shall cease if heating or off-ratio foam is observed. The
CONTRACTOR shall remedy off-ratio foam and demonstrate proper quality PUF to
the OWNER before application resumes. See Part 5 below for characteristics of off-
ratio foam.

2. The surface of the void to be filled shall be as free as possible of grease and
standing water. PUF shall not be applied to surfaces with running water. Remedial
action for such situations shall be specified by the OWNER. Polyurethane foam
shall not be applied directly to a debris plug, but must be applied to a form of known
physical and chemical properties. PUF shall not be applied during rain unless the
foam is protected from interaction with water by a physical barrier.

3. If off-ratio PUF is observed, the applicator must stop, correct the imbalance, and
continue application with the proper ratio PUF. Correction and determination of the
foam ratio shall be done on a plastic sheet away from the work area. Any lift of off-
ratio PUF comprising over two percent (2%) of the intended PUF column height shall
be removed. An amount of off-ratio PUF less than two percent (2%) of the specified
volume may remain if allowed to cool, and if the outer perimeter of off-ratio foam is
removed.

4. The CONTRACTOR shall be responsible for any lost or damaged equipment. In


addition, damages or claims arising from PUF overspray shall be the responsibility of
the CONTRACTOR. Under no circumstances shall foreign material be placed in the
PUF unless specifically authorized by the OWNER. Non-PUF materials must be
non-toxic, non-hazardous and not compromise the strength or water saturation
characteristics of the PUF.

5. Upon reaching the specified grade as shown on the Standard Drawing, the
CONTRACTOR shall clean up PUF operations and wait a minimum of one hour
before initiating construction of the concrete plug.

E. RANDOM FILL MATERIAL

1. Random fill material shall consist of on-site, native materials as approved by the
OWNER. Fill material shall be placed to a minimum thickness of three feet.

2. Materials for random fill material shall be placed by methods to produce a uniform
mass. The material may be placed by hand or equipment. The final surface of the
backfilled opening shall be graded to blend with the surrounding contour.

F. SITE CLEAN-UP

All construction-generated trash and debris, such as scrap materials and spilled PUF
shall be cleaned up and removed. CONTRACTOR shall avoid spraying foam at
undesignated targets. Improperly applied PUF and overspray shall be removed.

4: 38
4.03 FIELD QUALITY CONTROL

A. Periodic checks of the quality of PUF applied shall be made by the OWNER. The main
check on quality will be visual. Acceptable PUF shall be tan-white to buff in color with no
vesicles and a smooth to coarse orange peel surface. Any one of the following
conditions shall cause PUF application to cease, and efforts to correct the off-ratio
condition begin.

CONDITION POSSIBLE CAUSE


Dark PUF Color
Smooth and Glassy Excess A
Friable or Brittle PUF Component
Improper Density
Light to White in Color
Bad Cell Structure Excess B
Mottled Appearance Component
Blowholes or Pinholes
Slow rise
Poor Cell Structure
Frequent Equipment Clogging Bad Material
Slow Curing
Bad Physical Properties

B. At any time during PUF application, the OWNER may call for a density test. The
applicator shall fill a container provided by the OWNER for this purpose, and the sample
will be tested for density. The density of the sample shall be within eight percent (8%) of
the nominal 2 pounds per cubic foot density, with a minimum installed density of 1.85
pounds per cubic foot. Density tests indicating PUF installed is not within the minimum
specified density shall cause corrective action resulting in PUF within the acceptable
nominal range, less deviation due to barometric pressure changes from STP (Standard
Temperature and Pressure).

C. Density tests of PUF shall be conducted at no cost to the OWNER. At the discretion of
the OWNER, density tests showing PUF in the acceptable range may be taken in the
center of the cavity to which PUF is being applied. A sampling box constructed of sheet
aluminum and lined with polyethylene may be lowered into the cavity to take a
representative sample of PUF just above the level of installed polyurethane.

PART 5 - MEASUREMENT AND PAYMENT

5.01 SPECIAL CONSIDERATIONS

A. The CONTRACTOR's attention is specifically directed to the following.

B. The final quantities for the major categories of materials may vary from the quantities
shown on the site-specific information in Section 0300 and/or the appendices. The
quantities estimated are based on information gathered and interpreted from surface
investigations.

C. The boundaries of classified materials, along with the volumes are estimates and
intended to serve as a guide in outlining the scope of work and evaluating the bids.

5.02 MEASUREMENT

Measurement for PUF mine closures will be on the BID PRICE per mine opening. The BID
PRICE shall include all costs for labor, materials, equipment and all other items necessary
for completion of the work as described in this section. Measurement will be based on and

4: 39
compared to the dimensions and quantities identified on the bid sheets, these Specifications
and Drawings.

5.02 PAYMENT

A. Polyurethane foam closures will be paid for per each PUF closure completed at the
contract BID PRICE, as modified by any change orders. Payment at the BID PRICE
shall be full compensation for furnishing, placing all materials, including all labor,
equipment, tool, and incidentals necessary to complete closure installation in accordance
with the Standard Drawings and Specifications. No partial payments will be made for
individual mine openings.

B. Installation of PUF, fabrication of the concrete plug, placement of filter cloth and
ventilation/drain pipes, backfill, revegetation, and cleanup will not be measured for direct
payment but will be considered subsidiary to PUF closures.

C. No payment shall be made for off-ratio PUF.

D. Payment at the UNIT PRICE for additional quantities will be made for PUF mine closures
when final quantities are greater than 15 percent in excess of the estimated quantities
shown on the bid sheet for a given mine site. Such unit price payment will require proof
of additional quantities provided by the CONTRACTOR and approval of the OWNER,
and shall be full compensation for the approved additional grate quantity. Reduction of
payment for lesser quantities of installed grate will also be made by the OWNER for
quantities greater than 15 percent below the estimated quantity shown on the bid sheet
for a given mine. Such UNIT PRICE adjustment will require approval of the OWNER and
will be full compensation for approved additional or reduced mine closure quantities.

END OF SECTION 0254

4: 40
0290 Revegetation

PART 1 - GENERAL

1.01 WORK INCLUDED

The WORK consists of revegetation of the disturbed areas, including areas disturbed by the
WORK. Revegetation shall include:

A. Site preparation
B. Seedbed preparation
C. Topsoil placement as required
D. Seeding

1.02 SUBMITTALS

A. CONTRACTOR shall submit with the Bid Proposal the names of one seed supplier, and
alternate, to be used for the seed mixtures required by these specifications.

B. CONTRACTOR shall submit with the Bid Proposal a written description indicating
equipment to be used to perform the work required in this section.

C. CONTRACTOR shall submit during construction empty container labels, tags, and
receipts for seed for verification of materials being used.

1.03 RELATED WORK

A. Section 0230: Access Improvement


B. Section 0250: Mine Closures
C. Section 0300: Specific Site Requirements

1.04 DELIVERY, STORAGE, AND HANDLING

A. CONTRACTOR shall deliver seed in original containers showing analysis of seed


mixture, percentage of pure live seed (PLS), year of production, net weight, date of
packaging and location of packaging. Seed must be stored under dark, cool, and dry
conditions. Damaged packages are not acceptable.

PART 2 – PRODUCTS/MATERIALS

2.01 PLANT MATERIALS

A. The use of the plant materials shall be in accordance with Section 0300: Specific Site
Requirements and as shown on the Drawings.

B. CONTRACTOR shall make a concerted effort to obtain all components of the plant
materials mixture. Seed and nursery sources may require greater than six weeks notice
to obtain specific species. More than one source may be required to furnish all seed or
plant varieties. If all sources have been exhausted, or if available seed or stock of a
given species is of unacceptable quality, that species may be deleted or another species
substituted. Any changes in the seed mixture shall require the written approval of the
OWNER prior to execution of the contract.

C. CONTRACTOR must submit name of company and alternate that will supply seed, see
Section 1.02. A.

4: 41
2.02 SEED

A. The species composition and planting rates of the seed mixtures to be used are specified
in Section 0300: Specific Site Requirements. Unless specified otherwise, seeding rates
given are for broadcast seeding.

B. All seed mixes shall be fresh, clean, new crop seed.

2.03 TOPSOIL

A. Mineral soils, with organic matter, free of large roots, rocks, debris, and large weeds,
obtained from the areas and to the maximum depths specified on the Drawings, as
defined in Section 0270: Site Grading/Earthwork.

PART 3 - EXECUTION

3.01 GENERAL

A. Areas to be revegetated are all those which have been disturbed during reclamation
construction. Those areas shall include, but are not limited to, portal closure areas,
subsidence areas, grading areas, access routes, staging areas, and other areas
disturbed by CONTRACTOR in performing the WORK.

B. CONTRACTOR shall take necessary precautions to avoid disturbance of surrounding


native areas and will not travel on previously undisturbed soil, unless directed by
OWNER.

C. When machinery is specified, all operations will be conducted along the contour. On
level sites (area permitting) all equipment operations shall be conducted perpendicular to
the prevailing wind direction when wind erosion potential is considered to be high.

3.02 SITE PREPARATION

A. CONTRACTOR shall remove and bury foreign materials and debris collected during
topsoil spreading. Tree stumps and large shrubs may also be removed, buried, or
stockpiled for distribution on the site following top-soiling, as specified in Section 0300 or
as directed by OWNER.

B. Areas that are not fill areas with imported topsoil shall be chiseled or ripped to a depth of
12 inches. This particularly applies to areas that have soils compacted from construction
activities and includes haul roads and site access roads. Ripping shall be repeated until
the compacted area is loose and friable.

C. Areas of fill to be covered with imported topsoil shall be chiseled or ripped to a depth of
12 inches. Ripping of fill materials shall be completed by a bulldozer equipped with
single or a twin set of ripper shanks. Ripping shall be done on 4-foot centers to a depth
of 12 inches and shall follow final grading and precede seedbed material (topsoil)
application. Ripping shall be completed at a speed which maximizes ripper shank action
and promotes soil material disruption to the specified depth. Ripping shall be repeated
until the compacted area is loose and friable.

D. Topsoil shall be placed on fill areas immediately following ripping to a minimum depth of
24 inches, or other minimum depth as specified in Sections 0270 or 0300, in all areas
designated by the OWNER.

4: 42
3.03 SEEDBED PREPARATION/SURFACE ROUGHENING

A. AFTER topsoil placement and PRIOR to seeding, the ground surface shall be roughened
and gouged to create hummocks and depressions with up to 12 inches of relief. This
relief will reduce ground surface wind disturbance and create water catchment basins.
Roughening can be achieved by gouging with a backhoe or excavator bucket. Surface
roughness can also be created during topsoil distribution by leaving intact the mounds
and windrows from each dump truck or loader bucket dump. Furrows, basins, and ridges
created by the roughening should run predominantly along the contour to minimize
runoff. CONTRACTOR shall exhibit caution during the gouging and roughening process
to ensure that subsurface coal refuse or other unsuitable material is not uncovered or
brought up to the surface.

B. Boulders, both large and small, may be left on site after topsoiling and prior to seeding,
either singly or in groupings to blend with the natural surroundings, as directed by
OWNER. OWNER may require that additional boulders be placed on site prior to
seeding to enhance visual variation and provide wildlife habitat.

C. Seedbed preparation shall be considered to be complete when the soil surface is


completely roughened.

D. Unless the soil is severely compacted, seedbed preparation shall not be required for
discontinuous, isolated areas of disturbance less than 0.05 acres (approximately 2500
square feet or 50 feet by 50 feet), such as areas around mine portal closures.

3.04 SEEDING

A. All seeding shall be broadcasting as directed by OWNER. When broadcast seeding,


passes shall be made over the site to be seeded such that even distribution of seed shall
be obtained. Broadcast seeding shall take place immediately following the completion of
final seedbed preparation. Broadcast seeding shall not be conducted when wind
velocities would prohibit even seed distribution. Broadcast seeding shall be followed by
hand raking, manual use of a drag chain, or sweeping with sturdy tree or shrub branches
to cover seed. This shall be done over the entire site but will not be so extreme as to
reduce the extent of soil relief.

B. Broadcast seeding of large areas shall be done using hand-operated "cyclone-type"


mechanical seeders. All seeding equipment used shall be equipped with a metering
device and set to the appropriate seeding rate.

C. Broadcast seeding of small areas of disturbance less than 0.05 acres (approximately
2500 square feet or 50' x 50') may be done by hand scattering. Raking of small areas is
not necessary if there is sufficient surface roughness to ensure that seeds will fall into
crevices and other micro-topographic depressions so that weather and gravity will cause
them to be covered and stay in place.

D. After completion of the broadcast seeding and seed covering, organic debris such as
logs, tree stumps, and grubbed vegetation shall be randomly redistributed across the
sites. This shall be done at the OWNER's direction for the purpose of creating visual
variation and production of wildlife habitat. Care shall be exhibited to avoid leveling the
soil surface.

4: 43
PART 4 - MEASUREMENT AND PAYMENT

4.01 MEASUREMENT

A. Measurement will be based on and compared to the quantities identified in the bid
sheets, these Specifications and Drawings for each mine site. The OWNER will request
intermediate measurements to determine progress of the WORK.

B. Measurements by CONTRACTOR will be required for a given mine site for acres of
revegetation. Such measurements will be used by the OWNER for comparison with the
estimated quantities shown on the bid sheets.

C. Should the CONTRACTOR estimate the quantity of materials to be greater than 15%
more than the quantities shown in the Bid Schedule, a CHANGE ORDER must be
negotiated with the OWNER for ADDITIONAL WORK prior to the CONTRACTOR
undertaking ADDITIONAL WORK. Measurement for quantities shall be determined prior
to the WORK.

D. When the actual quantity of Revegetation performed as determined by measurement is


greater than 15% less than the estimated quantity on the bid sheet, the OWNER will
negotiate a reduction in the BID PRICE by the amount of variance using the UNIT
PRICE. This adjustment shall be executed by a CHANGE ORDER.

4.02 PAYMENTS

A. Payment for Revegetation will be for each mine site at the BID PRICE, as modified by
any CHANGE ORDERS. No partial payments will be made.

B. Payment at the UNIT PRICE for additional quantities of Revegetation will be made for
quantities greater than 15 percent in excess of the estimated quantity shown on the bid
sheet for a given mine site. Reduction of payment for lesser quantities of Revegetation
will also be made by the OWNER for quantities greater than 15% below the estimated
quantity shown on the bid sheet for a given mine. Such unit price payment will require
approval of the OWNER, and will be full compensation for additional or reduced
revegetation and/or erosion control blanket.

C. Payment will not be made without seed testing certification, certification to be submitted
with invoice.

END OF SECTION 0290

4: 44
CONSTRUCTION SPECIFICATIONS

Gold Hill Project


Reclamation Construction

Tooele County, Utah


Summer 2007

AMR/045/915

Requisition Number 560 82000000003

Chapter 5: PROJECT-SPECIFIC TECHNICAL SPECIFICATIONS

0300: Specific Site Requirements


Appendix A: Site Descriptions & Mine Closure Schedule
Appendix B: Revegetation Seed Mix
0300 Specific Site Requirements

PART 1 - GENERAL

1.01 WORK INCLUDED

A. This Section describes the location, the features present, and the WORK to be done at
the Gold Hill Project area. The items of the WORK shall be performed according to the
appropriate sections of these Specifications.

B. It is the intent of these Specifications that the site-specific scope of WORK is as


described in this Section. The General Technical Specifications, Sections 0200 through
0290, outline WORK broadly applicable to all abandoned mine reclamation situations
and that may not be required at each site in this project. Where there is a conflict
between Section 0300 and the General Technical Specifications (0200's), Section 0300
shall govern.

C. A description of the mine sites and their locations is presented below. Details and
dimensions are shown on the Drawings. CONTRACTOR shall be aware that the
dimensions on the Drawings are approximate. CONTRACTOR shall also be aware that
minimum or maximum dimensions on the Drawings or given in the Specifications are
specific and are to be adhered to unless such changes are approved in writing by the
OWNER. The quantities presented in the specific site sections should be considered as
an estimate with a tolerance of plus or minus 15 percent. CONTRACTOR shall visit the
site and decide for his or her own purposes the quantities and amounts required in doing
the WORK as intended in these Specifications and on the Drawings.

1.02 LOCATION AND DESCRIPTION

A. The Gold Hill Project is located in southwest Tooele County about 40 miles south of
Wendover at the northern end of the Deep Creek Mountains. General reclamation area
boundaries of the Gold Hill Project are shown on the attached location maps (see
Chapter 7, Maps 1 and 2) and are described in this section.

B. The Gold Hill Project consists of approximately 572 abandoned hardrock precious and
base metal mine openings or related features, including adits, shafts, inclines, prospects,
pits, and trenches, in the northern Deep Creek Mountains. The project takes in the
vicinity of the town of Gold Hill, and includes the foothills northeast of the town, Gold Hill
Mountain, and the north side of Rodenhouse Wash.

C. Access: To reach the Gold Hill Project area from Wendover, turn south from Wendover
Boulevard near the Peppermill Casino onto highway US-93A. Take highway US-93A
south 26.0 miles to the turnoff to Gold Hill and Ibapah. This turnoff is 0.4 miles south of
milepost 28 and is marked by a green sign for Ibapah, Gold Hill, and Partoun and a sign
for the Goshute Indian Reservation. Turn left (southeast) onto this paved road and
proceed southeast 16.4 miles to the dirt road turnoff to Gold Hill. This turnoff is 0.3 miles
south of milepost 28 and is marked by a small green street sign for Gold Hill (the paved
road continues south another 16.1 miles to Ibapah). Turn left (east) onto the maintained
gravel road and go 11.4 miles to the town of Gold Hill. The total distance from Wendover
to Gold Hill is 54 miles. Allow about an hour travel time from Wendover to Gold Hill, or
70 minutes to Ibapah. Interstate 80 exits 2 (in Utah) and 410 (in Nevada) access
Wendover Boulevard.

D. Alternative Access: Gold Hill may also be reached from the southeast via Callao and the
Pony Express Trail/Old Lincoln Highway. Callao is about 24 miles from Gold Hill. The
Pony Express Trail is a maintained gravel road generally suitable for all vehicles and 30-

5: 1
45 mph travel in most places in good weather. Travel time from Highway U-36 (5 miles
north of Vernon) to the Callao on this route (about 93 miles) is about three hours.

E. The formal project boundary takes in the following sections, although mines occur in only
a portion of this area:

T7S, R17W, Sections: 29, 30, 31, 32, 33


T7S, R18W, Sections: 36
T8S, R17W, Sections: 4, 5, 6, 7, 8, 9, 16, 17 (portion north of the Rodenhouse
Wash road), 21 (north half)
T8S, R18W, Sections: 1, 12 (0.25 acre sliver at northern boundary)

F. The Gold Hill Project area is mapped on the Gold Hill and Clifton USGS 7½’ (1:24k)
quadrangles and on the Wildcat Mtn USGS 30’x60’ (1:100k) quadrangle.

USGS 7½’ (1:24k) quad index:

Gold Hill

Clifton

1.03 MINE OPENING LOCATIONS AND DESCRIPTIONS

A. The Gold Hill Project area consists of approximately 572 identified abandoned mine
openings or other mining features. The mine openings consist of adits, inclines, vertical
shafts, exposed stopes, prospect pits, trenches, and subsidence holes. The openings
occur in a wide range of sizes, configurations, and conditions. Of the 572 inventoried
features, 202 are classified as “open” sites and 186 are specified for closure.

B. Locations, descriptions, approximate dimensions, UTM coordinates, closure methods,


and map references of each mine opening (site) are provided in the table in Appendix A.
Detailed locations of the sites are presented on Map 2 in Chapter 7. Note that mine
symbols may be plotted on the maps offset slightly from their true locations due to terrain
interference with GPS surveys and the way the mapping software treats mine symbols.

C. Site ID Numbers (Tag Numbers): Each mine opening or feature is identified by a unique
site identification number such as 3411308HO002. The ID number consists of seven
digits, one or two letters, and one to three digits. The first digit indicates the quadrant
around the Salt Lake baseline and meridian (or the Uinta special meridian). Townships
south and east of the SLBM are coded "4." The second and third digits indicate the
township, the fourth and fifth digits indicate the range, and the sixth and seventh digits
indicate the section. These numbers are followed by letters indicating the type of mine
opening or feature (H = horizontal adit, I = inclined adit, V = vertical shaft, SH =
subsidence hole, PT = prospect, TR = trench, TA = tailings) and, in the case of shafts
and adits, letters indicating whether the mine is open (O) or closed (C). These letters are
followed by numbers that are sequential numbers assigned as the openings were
encountered during the field inventory. Thus, site number 4060318HO003 is the third
horizontal opening (HO) inventoried in Township 6 South, Range 3 East, Section 18.
The leading zeros in the sequential number part of the ID number are frequently omitted
(i.e. HO3 instead of HO003).

D. Identifying Sites: Sites in the field are marked two ways, with wooden stakes and steel
washers. The 1"x2" wooden stakes have the full ID number written in ink. The washers
are 1½" diameter and are bolted to rock with masonry anchors. They are stamped with
only the opening ID, without the numbers for quadrant, township, range, and section (e.g.
just "HO3"). Because of vandalism or weather, many mine ID markers are illegible or are
5: 2
missing altogether. Some mine features, particularly small prospects, are not marked.
In a very few cases, sites have been renumbered, and ID numbers on tags may not
match the ID number in these Specifications. CONTRACTOR will have to rely on the
site location maps and the descriptions in Appendix A to identify mine sites. OWNER’s
Contract Representative will provide assistance in identifying the mine openings. The
mine location map (Chapter 7, Map 2) should be adequate to locate all mines specified
for closure; however, OWNER has additional more detailed maps available if needed.

E. Although the project boundary includes sections in four townships, there are no duplicate
section numbers in the project. Therefore, sites may be identified without confusion
using only the section number and the opening ID, without the initial five digits. These
specifications will frequently refer to sites by this shorthand notation, e.g. 31HO001 (or
31HO1) for 3071731HO001.

F. There are 375 small, shallow prospects and caved mine features in the project area that
have been inventoried and assigned tag numbers with opening types HC, VC, PR, PT,
PH, PV, or TR. Only five of these mines are scheduled for closure. The rest are not
included in the descriptions of the mine openings in Appendix A. They have been plotted
on the maps as navigational aids, but they are not labeled to reduce clutter.

G. There are a few small, shallow prospects in the project area that have not been assigned
tag numbers or been plotted on the maps. Some of these may be noted in the
descriptions of the mine openings in Appendix A, but most are not. No untagged mines
are scheduled for closure. There may be additional hazardous mines in the area that
were missed by the inventory and are not tagged. CONTRACTOR shall notify OWNER if
new mines are discovered.

1.04 PROJECT AREA ACCESS

A. The project area is served with dirt roads, ATV trails, and foot trails. The dirt roads have
varying degrees of passability and upkeep. They are not maintained. High clearance
and/or four-wheel-drive vehicles are mandatory for travel in most of the project area,
particularly in wet weather. Some of the mine sites are accessible only by foot.

B. Roads on Map 2 in Chapter 7 are symbolized as Paved, 2WD, 4WD, and ATV. Roads
symbolized as Paved or 2WD are maintained and should be passable to all types of
vehicles in good weather. Roads symbolized as 4WD are wide enough for a standard
truck or SUV, but may have ruts, rocks, gully crossings, or other obstacles requiring high
clearance and/or four-wheel-drive. Roads symbolized as ATV are too narrow, too steep,
or too rocky for full sized vehicles but are suitable for ATV's. Some ATV roads may also
be suitable for tracked equipment.

1.05 LAND STATUS

A. The Gold Hill Project area contains land owned or controlled by several parties. OWNER
is responsible for obtaining the necessary rights of entry to perform the reclamation work.
OWNER will have maps showing boundaries of property tracts available during
construction for consultation.

B. Approximately 69 of the 202 “open” sites occur on public land managed by the Bureau of
Land Management (BLM). These include sites on unpatented mining claims and sites on
other public land. Approximately 61 of the 69 BLM sites are scheduled for closure. BLM
authorization is in place for this work. For more information, contact:

Larry Garahana, Geologist


Salt Lake Field Office
Bureau of Land Management
2370 South 2300 West

5: 3
Salt Lake City, Utah 84119
(801) 977-4323

C. Approximately 7 of the 202 “open” sites occur on state land administered by the School
and Institutional Trust Lands Administration (SITLA). All seven of the SITLA sites are
scheduled for closure. SITLA authorization is pending for this work, but expected by the
time the Notice to Proceed is issued.

D. The remaining sites (126 sites, 118 scheduled for closure) are on private land held by a
number of different interests.

E. At time of project bidding, OWNER has secured written landowner consent for right of
entry for approximately 70 of the 118 openings on private land scheduled for closure.
Owners of several of the remaining sites have indicated their intent but have not provided
written consent. OWNER anticipates having most private land written rights of entry in
place by the time the Notice to Proceed is issued.

F. CONTRACTOR shall not perform WORK on any site until OWNER has obtained
landowner consent for that site.

PART 2 - SPECIAL CONDITIONS AND RESTRICTIONS

2.01 CULTURAL RESOURCE PROTECTION

A. The Gold Hill Project area has 119 mine openings scheduled for closure located on
significant historical sites determined to be eligible for listing on the National Register of
Historic Places. National Register-eligible sites are indicated in the “Special Conditions”
column in the mine closure table in Appendix A. All reclamation activities shall be
conducted in a manner sensitive to the historic values and resources found in the
area. CONTRACTOR shall ensure that all construction crew members are aware of the
cultural sensitivity of the area and the cultural resource protection requirements.

B. While features such as cabins, headframes, and ore chutes are obviously important,
many of the historically important features present in the project area are not readily
apparent. For example, ore sorting areas may appear simply as a patch of differently
colored rock on a dump. Much of what is significant at Gold Hill might typically be
dismissed as "trash" somewhere else. Often, the mine opening itself, or cribbing within
an opening, is important and needs to be treated appropriately.

C. Access improvement, excavation, and other ground disturbing activities shall be limited
to the minimum necessary to achieve the goals of the WORK. Alteration or removal of
structures or structural elements of mine openings, such as props, lagging, cribbing,
retaining walls, foundations, and doorways shall be limited to the minimum necessary to
safely and effectively install the closure. Any such alteration shall be planned in
consultation with and executed as directed by the OWNER.

D. One of the key features of the project area that makes the Gold Hill area historically
important is its surviving "historic landscape", the overall appearance of the terrain dotted
with mine dumps and workings offering a glimpse of the past. To preserve this historic
appearance, when possible mine dumps used as a source of backfill shall be excavated
in a way that maintains the outer lines and grades of the dump. This can be done by
uniformly removing material from all surfaces, by removing material from the top down,
by slightly "hollowing out" the dump, or by removing one lobe of a multi-lobed dump. The
idea is to avoid leaving the dump with an uneven, gouged look.

E. Removal of historic or prehistoric artifacts or rock specimens is prohibited. This includes,


but is not limited to, bottles, bottle fragments, china and glass fragments, tools, tin cans,

5: 4
buckets, pipe, wire, nails, spikes, bolts, track, machinery, ore cars, vehicles, lumber and
other wood, arrowheads and other stone tools, ore samples, petrified wood, and fossils.

F. CONTRACTOR shall stop work and notify OWNER immediately if human burial remains
are discovered.

2.02 BAT CONSERVATION

A. OWNER has performed surveys to determine which mines are used for bat habitat.
Where bats are present in a mine, they will be excluded from the mine prior to installing
airtight closures (see Section 0250, Part 3.01). Sites requiring exclusion prior to closure
are indicated in the “Special Conditions” column in the mine closure table in Appendix A.

B. The exclusion process is effective only in warm seasons when bats are active. To
prevent entombing hibernating bats, sites indicated in Appendix A as requiring exclusion
prior to closure shall not be closed during the cold season (from October 31 to March
31). Closure of these sites shall be postponed to the following warm season.

C. Direct visual inspection of the mine interior by the OWNER or the “slow fill” method of
shaft backfilling may be used with OWNER’s approval as an alternative to the chicken
wire exclusion process.

2.03 WILDLIFE CONSERVATION

A. During spring nesting and fledging (January 15 to August 31) OWNER will perform line-
of-site visual surveys for raptor nests in the vicinity of the mine sites. If nests are found,
CONTRACTOR shall reschedule work at those sites until after August 31.

2.04 LAND PROTECTION

A. Trash, containers, wrappings, empty mortar and concrete mix bags, concrete block
fragments, rebar cuttings, welding rod scraps, waste PUF, pallets, water jugs, buckets,
broken tools, discarded materials, food wrappers, beverage containers, paper towels,
and other such litter generated by the reclamation activities shall be kept contained
during construction and shall be cleaned up and removed from the site upon completion.

B. Fuel, lubricants, hydraulic fluid, PUF components, and similar products shall be properly
contained and handled to prevent spills.

2.05 FIRE PREVENTION AND CONTROL

A. CONTRACTOR shall submit a written range fire prevention and fire response plan to
OWNER at the start of construction.

B. CONTRACTOR shall exercise care with open flames and sparks when welding or cutting
to avoid starting range fires or igniting mine timbers or wooden mine structures (shaft
collar cribbing, headframes, etc.). Lifts of PUF shall be given adequate time for the
reaction heat to dissipate to avoid excessive heat build-up within the foam.

C. CONTRACTOR shall call 911 or notify the Northern Utah Interagency Fire Center (801-
908-1901) immediately in the event of a fire. Callers should be able to relay the location
and status of the fire.

D. In the event of a fire, personal safety is the first priority. CONTRACTOR shall initiate fire
suppression to the extent that it can be done safely. If a fire spreads beyond the
capability of the workers and available tools, crews shall cease suppression and
evacuate the area on previously identified routes.

5: 5
E. CONTRACTOR shall comply with all federal, state, or local rules and regulations
regarding the use, prevention, and suppression of fires, including any fire prevention
orders that may be in effect. CONTRACTOR may be held liable for the costs of fire
suppression, stabilization, and rehabilitation.

F. Vehicles and equipment shall be equipped with shovels, water, and fire extinguishers
with a minimum rating of ABC –10 pounds. Internal and external combustion engines
shall be equipped with properly maintained, unmodified spark arresters (see 36 CFR
261.52).

2.06 ACCESS RESTRICTIONS

A. Vehicles shall stay on existing roadways as much as possible and avoid cross-country
trips across undisturbed areas except where necessary.

2.07 WORKER HEALTH AND SAFETY

A. CONTRACTOR is required to hold regular safety meetings and is encouraged to have a


response plan in place in the event of accidents, personal injury, animal bites, or other
medical emergency.

B. All of Tooele County is covered by 911 emergency telephone service, but the project
area has no reliable cell phone coverage.

C. The heavy reliance on manual labor for this project and the steep, rugged terrain
increase the risk of orthopedic and trauma injuries. Standard safety gear (hard hat,
steel-toed shoes) are required for all personnel. Fatigue, heat stress, and dehydration
are inherent medical risks of heavy manual labor in desert environments. Frostbite and
hypothermia are risks of winter work. Workers should take appropriate precautions for
the site conditions.

D. Rodents often nest in abandoned mines and leave accumulations of droppings and nest
debris. In theory, these nests and droppings could host the potentially lethal hantavirus,
although no mine closure work has ever been linked to a case of hantavirus. As a
precaution, workers should avoid stirring up dust or rodent droppings in mines and use
standard hygiene and sanitation practices (washing before eating, etc.). Workers are
encouraged to learn to recognize the symptoms of hantavirus infection and seek proper
medical attention if indicated.

PART 3 - EXECUTION

3.01 THE WORK

The WORK at the Gold Hill Project area shall include closure of approximately 186 mine
openings and revegetation of areas disturbed by reclamation work. Additional mine closures
may be added to the WORK as the project progresses if new mine openings are found or
sites are re-evaluated.

A. Mobilization/Demobilization. Mobilize labor, equipment, and supplies to the site in


accordance with Section 0220: Mobilization/Demobilization, and as follows:

1. Previously disturbed areas should be selected for staging and activity areas as much
as possible. Road shoulders or wide spots (outside traffic lanes), mine dumps,
established campsites, and similar disturbed areas should be used for offloading and
temporary storage of equipment and materials and for camping. Vegetation
grubbing and topsoil stripping and stockpiling shall not be done in staging areas.

5: 6
2. There are minimal services available in the project area. Gold Hill town and Callao
have no commercial services. Ibapah has a small market with groceries, gas,
offroad diesel, and a pay phone (Ibapah Trading Post, 435-234-1166) and a
campground with trailer hookups (Pony Express Stop). Business operating hours
are limited. Wendover has all services and lodging. Cell phone coverage is spotty
to nonexistent around Gold Hill.

3. Camping onsite is permitted to maintain security or reduce commuting time.


Landowner consent is required. Camping on BLM-administered land is limited to 14
consecutive days in any one location.

4. Vehicles and heavy equipment shall be thoroughly washed with a high pressure
sprayer prior to entering the project area to prevent the introduction and spread of
noxious weeds.

5. The project area has large infestations of weedy annuals (especially cheatgrass) that
green up in the spring and turn tinder dry in the summer. The area is subject to
strong winds. CONTRACTOR shall take extra care when welding or cutting steel in
areas of cheatgrass and other dry weeds. Sparks and flames should be closely
monitored to prevent wildfires.

B. Access Improvement. Improve access for labor, equipment, and supplies to the
individual mine sites in accordance with Section 0230: Access Improvements, and as
follows:

1. Access to the project area is possible on the existing dirt roads and requires little or
no additional improvement. The secondary dirt roads inside the project area are
subject to washouts, ruts, and rockfalls. Modest access improvement is anticipated
to be needed in some localized areas. This would likely be limited to rolling rockfalls
aside and spot grading of short segments of eroded roads.

2. No new access road construction will be allowed. Improve access to the individual
mine openings by upgrading the existing dirt roads, ATV trails, and footpaths to the
minimum degree required to conduct the WORK. Site access should require no or
minimal improvement work in most areas. CONTRACTOR should generally expect
to select the mode of transportation to fit the existing ground conditions rather than
changing the ground to accommodate a vehicle. Access to many sites will require
cross-country traverses. Access routes should be selected to avoid or minimize
disturbance to vegetation and cultural resources. Access routes and improvements
are subject to approval by OWNER. Except on main roads, work should be
organized to minimize the number of repeat trips on a particular route to reduce trail
wear and tear (this applies to foot traffic as well as to vehicles and equipment).
Where possible, "one trip in, one trip out" is the goal.

3. CONTRACTOR shall obliterate footprints, truck and ATV tire tracks, and crawler
tracks by raking or similar means as directed by OWNER in areas where access
routes deviate from existing established open roads. Severe trail wear or
compaction may require mechanical scarification and reseeding.

4. CONTRACTOR shall remove access improvements and return roads to their pre-
construction condition upon completion of work.

C. Mine Closure. Close all identified mine openings, subsidence holes, and pits in
accordance with the technical specifications in Sections 0250 through 0254, and as
follows:

1. Use the closure method specified for each site in the "Closure Method" column of the
table in Appendix A. Estimated closure dimensions and/or construction quantities

5: 7
(cubic yards of backfill; square feet of masonry wall, bat gate, or rebar grate) for
each closure are provided in Appendix A. Use the technical specification section
and standard drawing referenced in Appendix A for each closure.

2. Backfill closures specified in Appendix A are noted as either hand work or equipment
work. These designations reflect OWNER’s expectation for the backfill method, but
are not binding. Mine openings scheduled for equipment backfill may be backfilled
by hand and mine openings scheduled for hand backfill may be closed by equipment
depending on circumstances on the ground. The choice of hand or machine backfill
methods shall be determined in consultation with OWNER and is subject to
OWNER's approval. Cost adjustments to the Bid Price may be made when backfill
methods are changed. Cost adjustments will be negotiated based on the Variation in
Quantity Unit Prices in the bid schedule for comparable work.

3. Wall closures specified in Appendix A are noted as either stone or concrete block.
These designations reflect OWNER’s expectation for the wall material, but are not
binding. The designations are based on assessments of the onsite availability of
suitable stone and the difficulty of transporting block to remote locations. Mine
openings scheduled for stone walls may be closed with block walls, and vice versa.
The choice of wall material shall be determined in consultation with OWNER and is
subject to OWNER's approval. Cost adjustments to the Bid Price will not be made
when a wall material is changed.

4. Concrete block walls shall be treated on the outer surface to blend with the adjacent
native rock. Suitable treatments include facing the block wall with a layer of rock or
plastering or stucco-ing with mortar mixed with local sand or soil. The intent is to
camouflage the wall by matching the color and texture of the native rock.
Camouflage treatments may be omitted at some sites at OWNER's direction
depending on the visibility of the wall.

5. Several adits or inclines are specified to be closed with rebar grates. Use the pinned
rebar shaft grate design (see Section 0253, Part 3.03.G) with the grate installed in a
vertical or angled plane across the opening. Concrete footers may be required in
some locations lacking a competent rock sill. Rebar grates (mild steel rebar, 8"x8"
grid) installed in adits should not be confused with bat gates (Manganal steel, 6"x24"
grid).

6. Six shafts to be backfilled have wood cribbing or other structural elements that shall
be protected from damage. These sites are 30VO002, 30VO008B, 31VO008,
31VO015, 30VO016, and 31VO022. CONTRACTOR shall rig a temporary chute or
funnel of plywood or sheet metal or otherwise protect the top few feet of the wood
structures at these sites from damage from rock impact and abrasion while the shaft
is being filled.

7. Site specific variations to the generic closure methods are required at some mine
openings. Many of these special requirements or customized details are noted in
Appendix A. Not all such special requirements are so noted in Appendix A. Sites
without such notes may still require site-specific variations to be determined during
construction.

8. Where present in a mine, bats will be excluded from the mine prior to installing the
closure (see Section 0250, Part 3.01 and Section 0300, Part 2.02). Mine sites
requiring exclusion prior to closure are indicated in the “Special Conditions” column
in the table in Appendix A.

9. New sites not on the inventory are commonly found during the course of reclamation.
OWNER anticipates adding closures at newly discovered sites to the contract by
means of contract change orders as engineering is completed. Costs for additional

5: 8
work will be negotiated based on the Variation in Quantity Unit Prices in the bid
schedule for comparable work. Sites designated “None” in Appendix A (16 “open”
sites, 370 “closed” sites) are not expected to require closure work. In addition, some
sites currently specified for closure may be dropped from the WORK if re-evaluation
shows that they do not warrant closure.

D. Revegetation Revegetate all areas disturbed by reclamation activities in accordance


with Section 0290: Revegetation, and as follows.

1. Disturbed areas include staging areas, access routes, backfilled portals and shafts,
regraded areas, and backfill borrow areas. Areas of bare rock, rock ledges, and
rocky outslopes of mine dumps do not need to be revegetated.

2. Use the Gold Hill seed mixture (Appendix B). A total area estimated at six (6) acres
will need to be revegetated. The actual revegetation area will vary depending on the
CONTRACTOR's diligence in executing the work and limiting disturbance.

3. Revegetation shall be considered incidental to access improvement and installation


of the mine closures. Revegetation costs shall be incorporated into the costs for
Access Improvement and Mine Closure. Revegetation is not included as a separate
bid or pay item, but is considered subsidiary to the other items of WORK. No
separate payment shall be made for Revegetation.

4. Mulch and fertilizer shall not be required.

3.02 CONSTRUCTION SCHEDULING

A. Notice to proceed with construction is contingent upon OWNER receiving authorizations


from the BLM and from the U.S. Office of Surface Mining. BLM authorization is in place.
OSM authorization is expected by mid-July.

B. The start-up date for resumption of WORK suspended due to adverse weather or other
conditions will be determined by OWNER in consultation with CONTRACTOR and will
depend upon the nature of the uncompleted WORK.

END OF SECTION 0300

5: 9
5: 10
Appendix A: Site Descriptions & Mine Closure Schedule

Refer to Section 0300, Part 1.03.C of the Specifications for a description of the site ID numbering
(tag number) system.

Use the following technical specification section and standard design drawing in Chapter 6 for each
closure method referenced in Appendix A:

Standard Mine Closure


Specification
Closure Method Design Drawing
Section
Chapter 6
BACKFILL (ADIT): Hand or Equipment 0250, Part 3.02 1

BACKFILL (SHAFT): Hand or Equipment 0250, Part 3.02 2

WALL (BLOCK) 0250, Part 3.02 3

WALL (STONE) 0250, Part 3.02 4

BAT GATE 0253, Part 3.02 6 and 7

CMP BAT GATE 0253, Part 3.04 10 and 11


REBAR GRATE (GRADE BEAM) 0253, Part 3.03 14 and 16
REBAR GRATE
0253, Part 3.03 15 and 16
(GRADE BEAM & I-BEAM)
REBAR GRATE (PINNED) 0253, Part 3.03.G 17

PUF SHAFT PLUG 0254, Part 4.01 19


0254, Part 4.01
PUF SHAFT PLUG w/CMP 20
0253, Part 3.04

Estimated quantities for construction are given in square feet (sf) for walls, gates, and grates; cubic
yards (cy) for backfills; and cubic feet (cf) for PUF and concrete. Do not confuse units.

A note about the mine descriptions:

Adits are typically “faced up” when they are driven into a hillside. That is, an open cut or trench is
dug into the hill far enough for the brow over the portal to support itself. After the mine is
abandoned, soil from the side of the faceup trench and brow often sloughs into the trench, partially
filling the trench and creating a mound or berm of soil and rock blocking the entrance to the mine.
Shafts collared in deep soil or mine dump material will erode after the original timber supports rot
away. This leaves them with a funnel- or cone-shaped collar that is larger than the lower shaft.

In the mine descriptions that follow in Appendix A, a simplified shorthand notation is used to briefly
describe the key dimensions of the mine. The internal height, width, and depth of the mine
workings (drift or shaft) are usually given first, followed the dimensions of the current opening at the
brow, collar, or ground surface (if different than the internal dimensions), and then the dimensions
of the faceup trench. Dimensions are in feet; tic marks (˝ or ΄) as symbols for inches or feet are
omitted for mine dimensions, but may be used in reference to structures or lumber. High/height,
wide/width, long/length, deep/depth, and by are abbreviated as h, w, l, d, and x.

See the illustrations on the following page.

5: 11
FACEUP DRIFT
BROW

H
D A

G C

F E B

Schematic diagram of a “typical” mine adit with a partially caved opening. Top: Lengthwise cross
section. Bottom: Plan view.

An adit that has the “typical” shape as shown in the cross-section and plan view diagrams above
would be described like this: Ah x Bw x Cd; opening caved to Dh x Ew; faceup Fw x Gl x Hd.

E E

D B
F

C A D
B
A

Schematic diagram of a “typical” mine shaft with an eroded collar. Left: Cross section. Right:
Plan view.

A shaft that has the “typical” shape as shown in the cross-section and plan view diagrams above
would be described like this: A x B x Cd; collar D x E x Fd.

5: 12
Appendix A
Site Descriptions & Mine Closure Schedule

UTM Description of Mine Opening Special Estimated


Site ID/Tag No. Closure Method/Comment
Coordinates Dimensions/Key Features Conditions Quantity
3071729HO001 4,451,454 mN 7h x 4-6w x 116d; opening caved to 4h x Bat Excl BACKFILL (Hand) 28 cy
262,618 mE 4w; 8w at sill for first 8d, then narrows; very Use nearby scree slope for fill. Very
steep climb to access difficult access up steep slope.

3071729HO002 4,452,232 mN 4.5h x 3w x 13.5d; located at base of large None na


262,286 mE rock outcrop
3071729VO001 4,452,388 mN 5 x 5.5 x 55+d; timbered to 10d; collar Bat Excl BACKFILL (Equip) 60 cy
262,665 mE sloughing to 7d on N side; off vertical
3071730HO001 4,451,896 mN 5h x 5w x 55d; opening caved to 0.5h x NR Elig* BACKFILL (Equip) 25 cy
260,671 mE 1.5w; faceup trench 8w x 16l x 10d; Bat Excl
timbers
3071730HO002 4,451,838 mN 5h x 8w x 13d; narrows to 3h x 3w at face NR Elig* None na
260,614 mE (13d); 6 x 7 x 6d VO with timber hoist
frame in front of HO

3071730HO003 4,451,465 mN 5h x 6w x 35d; in bottom of 7 x 11 x 10d NR Elig* BAT GATE 30 sf


260,728 mE hole; wood door at 10d 5'h x 6'w at 2' outby first timber
3071730VO001 4,451,819 mN 5.5 x 5.5 x 200+d; timber/lagging to 10d; NR Elig PUF/CMP 1 ls
260,703 mE ladder, pipes in shaft; off vertical; 16 x 20 PUF plug 14' thick recessed 4' below
x 30h ore bin grade with 24" diameter CMP; install
rebar mat in concrete
= 548 cf PUF, 27 cf concrete
3071730VO002 4,451,624 mN 5 x 5 x 30d; timber/lagging to 7d; possible NR Elig* BACKFILL (Equip) 25 cy
260,710 mE drift at bottom; off vertical; two vertical Bat Excl Fill to 3' below grade. Mask timbers
planks with crosspiece above grade and preserve structure as much as
possible. Maintain dump contours.
3071730VO003 4,451,611 mN 4 x 6 x 23d; collar 8 x8 x 5d; timbers at BACKFILL (Equip) 30 cy
260,467 mE collar; also untagged 20diam x 4d prospect
25' to N

Locations and dimensions are approximate and have not been field verified. Construction quantities are estimated and will be comfirmed at time of construction. Construction
quantities are stated in square feet (sf) for walls, gates, and grates; cubic yards (cy) for backfills; and cubic feet (cf) for PUF and concrete. UTM coordinates are all in Zone 12, NAD83.
Dimensions are in feet. h=high/height, w=wide/width, l=long/length, d=deep/depth, diam=diameter, unk=unknown, x=by, est=estimated, w/=with, ~ or approx=approximately,
deg=degree, na=not applicable. Compass directions=N, NW, E, SE, S, etc. Special conditions: Bats Excl=Bat exclusion required, NR Elig=National Register eligible site. An asterisk
(*) after “NR Elig” means the site has the standard cultural resource precaution: “Avoid impacts to features surrounding openings. If backfilled by machine, maintain dump contour
lines.” Consult with OWNER for additional protections at other National Register eligible sites without the asterisk.
5: 13
Appendix A
Site Descriptions & Mine Closure Schedule

UTM Description of Mine Opening Special Estimated


Site ID/Tag No. Closure Method/Comment
Coordinates Dimensions/Key Features Conditions Quantity
3071730VO004 4,451,461 mN 7 x 8 x 450d; collar 9 x 10; off vertical; NR Elig REBAR GRATE 255 sf
260,781 mE headframe and ore bin; connects to 15' x 17', grade beam with I-beam,
30VO5-7; 1500+ workings on several position S side of grade beam snug
levels against bin posts, dogleg grade
beam S corners around headframe
diagonal braces
3071730VO005 4,451,448 mN 5 x 5 x 65d; enlarges at 10d to connect to NR Elig* REBAR GRATE 110 sf
260,845 mE 30VO006 stope; timber/lagging; ladder; 10' x 11', grade beam. Build 3-D
connects to 30VO004-7 rebar cage over timbers or build
grade beam 4'h on N side to clear
timbers.
3071730VO006 4,451,451 mN long irregular fissure 4-9w x 45l x 60+d; NR Elig* COMPOUND 1 ls
260,858 mE crosscut at NW end connects to 30VO005; Install 7' x 15' pinned grate on E end.
connects to 30VO4-7 Install 27 cf PUF and 10 cy of fill
(equipment) at W end to plug
connection to 30VO005.
3071730VO007 4,451,458 mN 6 x 7 x 60d; timbers/lagging to 4d; NR Elig REBAR GRATE 48 sf
260,917 mE headframe; connects to 30VO008A 6' x 8' pinned. Install at 4'd on
bedrock just below timbers.
3071730VO008A 4,451,453 mN 11 x 21 x 22d; crosscut connects to NR Elig* COMPOUND 1 ls
260,920 mE 30VO007 stope; rock wall, ladders Build est 8'h x 8'w stone wall (64 sf)
to seal tunnel connecting to
30VO007 stope. Do not use historic
stone crib in pit for wall Backfill W
end of pit (50 cy, equipment) to
provide sloping ramp out of pit.
3071730VO008B 4,451,448 mN 5 x 5 x 34d, timbers/lagging NR Elig* BACKFILL (Equip) 30 cy
260,924 mE Fill to 3' below grade. Mask timbers
and preserve structure as much as
possible.

Locations and dimensions are approximate and have not been field verified. Construction quantities are estimated and will be comfirmed at time of construction. Construction
quantities are stated in square feet (sf) for walls, gates, and grates; cubic yards (cy) for backfills; and cubic feet (cf) for PUF and concrete. UTM coordinates are all in Zone 12, NAD83.
Dimensions are in feet. h=high/height, w=wide/width, l=long/length, d=deep/depth, diam=diameter, unk=unknown, x=by, est=estimated, w/=with, ~ or approx=approximately,
deg=degree, na=not applicable. Compass directions=N, NW, E, SE, S, etc. Special conditions: Bats Excl=Bat exclusion required, NR Elig=National Register eligible site. An asterisk
(*) after “NR Elig” means the site has the standard cultural resource precaution: “Avoid impacts to features surrounding openings. If backfilled by machine, maintain dump contour
lines.” Consult with OWNER for additional protections at other National Register eligible sites without the asterisk.
5: 14
Appendix A
Site Descriptions & Mine Closure Schedule

UTM Description of Mine Opening Special Estimated


Site ID/Tag No. Closure Method/Comment
Coordinates Dimensions/Key Features Conditions Quantity
3071731HO001 4,450,826 mN 6h x 4w x 22d; increases to 8.5h at 20d; Bat Excl BACKFILL (Equip) 140 cy
261,450 mE opening caved to 3h x 3w; faceup trench Fill faceup also.
15w x 24l x 18d

3071731HO002 4,450,321 mN 6h x 5w x 110d; opening caved to 2h x 4w; BAT GATE 42 sf


261,574 mE faceup trench 7w x 18l x 5d 7'h x 6'w at 10'd
3071731HO003 4,450,851 mN 5h x 4w x 30+d; constricts to 3h x 3w at NR Elig* BACKFILL (Hand) 8 cy
261,018 mE 10d; slightly inclined; faceup trench 8w x Bat Excl Choke off constriction with larger
20l x 10d; large boulder rubble in faceup rock and fill out to brow. Scale loose
rock from faceup for safety.
3071731HO004 4,450,869 mN 5.5h x 4.5w x 220+d; faceup trench 6w x NR Elig* BAT GATE 30 sf
261,014 mE 27l x 9d; timbers; drift turns to E; RR ties 6'h x 5'w at 5'd
run from mine onto dump

3071731HO005 4,450,875 mN 4h x 4w x 25d NR Elig* WALL (Stone) 16 sf


261,018 mE Bat Excl 4'h x 4'w. Use larger rock from
31HO003 dump; leave rock walls
near 31HO005 intact.
3071731HO006 4,450,804 mN 5h x 4w x 20d; 7 x 9 vertical opening in top NR Elig* BACKFILL (Equip) 7 cy
260,943 mE at 5d Scale down rock bridge between
brow and VO to leave open trench.

3071731HO007 4,450,845 mN est 6h x 5w x 25+d; opening caved to 1h x NR Elig* BACKFILL (Equip) 25 cy


260,942 mE 4w; faceup trench 13w x 24l x 13d; timber Bat Excl Preserve stone structure next to
set at brow faceup.

3071731HO008 4,450,180 mN 3h x 5w x 10d; opening caved to 2h x 4w; None na


261,427 mE faceup trench 10w x 21l x 7d
3071731HO009 4,449,841 mN 5h x 4w x 12d; opening caved to 1.5h x None na
261,629 mE 2.5w; faceup trench 6w x 20l x 7d

Locations and dimensions are approximate and have not been field verified. Construction quantities are estimated and will be comfirmed at time of construction. Construction
quantities are stated in square feet (sf) for walls, gates, and grates; cubic yards (cy) for backfills; and cubic feet (cf) for PUF and concrete. UTM coordinates are all in Zone 12, NAD83.
Dimensions are in feet. h=high/height, w=wide/width, l=long/length, d=deep/depth, diam=diameter, unk=unknown, x=by, est=estimated, w/=with, ~ or approx=approximately,
deg=degree, na=not applicable. Compass directions=N, NW, E, SE, S, etc. Special conditions: Bats Excl=Bat exclusion required, NR Elig=National Register eligible site. An asterisk
(*) after “NR Elig” means the site has the standard cultural resource precaution: “Avoid impacts to features surrounding openings. If backfilled by machine, maintain dump contour
lines.” Consult with OWNER for additional protections at other National Register eligible sites without the asterisk.
5: 15
Appendix A
Site Descriptions & Mine Closure Schedule

UTM Description of Mine Opening Special Estimated


Site ID/Tag No. Closure Method/Comment
Coordinates Dimensions/Key Features Conditions Quantity
3071731HO010 4,449,885 mN 6h x 5w x 65+d; opening caved to 2h x NR Elig* WALL (Block) 36 sf
260,475 mE 3.5w; faceup trench 8w x 14l x 9d; timber 6'h x 6'w
set at brow
3071731HO011 4,450,314 mN 6h x 5w x 140+d; opening 6h x 6w; faceup NR Elig WALL (Stone) 42 sf
260,557 mE trench 6w x 26l x 8d; wood door at 6d; drift Bat Excl 7'h x 6'w. Locate wall 3-4' outby the
forks at 13d wood door. Use competent
limestone (white/grey rock on dump),
not weaker skarn (brown rock).
3071731HO012 4,450,182 mN est 6h x 5w x 40+d; opening caved to 1h x NR Elig WALL (Block) 30 sf
260,693 mE 3w; faceup trench 15w x 27l x 5d; 30d Bat Excl 6'h x 5'w
winze at 15d inside

3071731HO013 4,450,102 mN est 6h x 4w x 40+d; opening caved to 1.5h Bat Excl BACKFILL (Equip) 25 cy
260,799 mE x 4w; faceup trench 7w x 22l x 5d; rat
midden under brow

3071731IO001 4,450,914 mN 5h x 5w x 13d drift at bottom of 8w x 12l x BACKFILL (Equip) 30 cy


261,266 mE 10d faceup; green mineralization on dump
and brow; wood platform nearby

3071731IO002 4,449,923 mN 5.5h x 5w x 250+d; headframe; track/ties; NR Elig REBAR GRATE 56 sf


260,421 mE probably connects to 31VO014 7' x 8', pinned. Install grate 5' below
grade (8' below top of crib). Take
extreme fire precautions when
welding.
3071731PT002 4,451,063 mN 5 x 7 x 10d; rust-colored dump BACKFILL (Equip) 15 cy
261,175 mE
3071731PT003 4,451,043 mN 9 x 10 x 9d; claim post BACKFILL (Equip) 30 cy
261,178 mE
3071731VO001 4,451,217 mN 8 x 8 x 100+d; collar 14 x 14 x 10d; wood NR Elig* BACKFILL (Equip) 400 cy
260,967 mE platform at 15d; fallen headframe Bat Excl Set headframe remnants aside. Use
(slow fill) "slow fill" instead of exclusion.

Locations and dimensions are approximate and have not been field verified. Construction quantities are estimated and will be comfirmed at time of construction. Construction
quantities are stated in square feet (sf) for walls, gates, and grates; cubic yards (cy) for backfills; and cubic feet (cf) for PUF and concrete. UTM coordinates are all in Zone 12, NAD83.
Dimensions are in feet. h=high/height, w=wide/width, l=long/length, d=deep/depth, diam=diameter, unk=unknown, x=by, est=estimated, w/=with, ~ or approx=approximately,
deg=degree, na=not applicable. Compass directions=N, NW, E, SE, S, etc. Special conditions: Bats Excl=Bat exclusion required, NR Elig=National Register eligible site. An asterisk
(*) after “NR Elig” means the site has the standard cultural resource precaution: “Avoid impacts to features surrounding openings. If backfilled by machine, maintain dump contour
lines.” Consult with OWNER for additional protections at other National Register eligible sites without the asterisk.
5: 16
Appendix A
Site Descriptions & Mine Closure Schedule

UTM Description of Mine Opening Special Estimated


Site ID/Tag No. Closure Method/Comment
Coordinates Dimensions/Key Features Conditions Quantity
3071731VO002 4,451,284 mN 5 x 7 x 50+d; collar 6 x 12; timber platform, NR Elig* REBAR GRATE 135 sf
260,916 mE ladder 9' x 15', grade beam. Protect wood
platform and ladder. Incorporate
rock outcrop into grade beam.
3071731VO003 4,451,276 mN 6 x 8 x 8d NR Elig* BACKFILL (Equip) 15 cy
260,932 mE
3071731VO004 4,451,141 mN 8 x 8 x 10d BACKFILL (Equip) 25 cy
261,087 mE
3071731VO005 4,450,810 mN 6 x 8 x 12d; timber platform, ladder BACKFILL (Equip) 25 cy
261,452 mE
3071731VO006 4,450,750 mN complex geometry; 7 x 7 x 10d; undercut NR Elig* BACKFILL (Equip) 60 cy
261,771 mE crosscut at bottom Fill up to collar, leave faceup.
3071731VO007 4,450,755 mN 5 x 6 x 60+d; off vertical; collar eroding on NR Elig* PUF 1 ls
261,759 mE SE side; lagging and timber sets, ladder Bat Excl PUF plug 14' thick
= 686 cf PUF, 30 cf concrete
3071731VO008 4,450,762 mN 4 x 7 x 21d; lagging around collar NR Elig* BACKFILL (Equip) 20 cy
261,587 mE Fill to 3' below grade. Mask timbers
and preserve structure as much as
possible.
3071731VO009 4,450,914 mN 10 x 11 x 55d NR Elig* BACKFILL (Equip) 225 cy
261,027 mE Bat Excl Work in from outer edge of dump to
(slow fill) preserve dump shape. Use "slow fill"
instead of exclusion.
3071731VO010 4,450,799 mN 8 x 9 x 11d; 17d on uphill side NR Elig* BACKFILL (Equip) 30 cy
260,975 mE Leave faceup, preserve dump shape.
3071731VO011 4,450,260 mN 5 x 8 x 15+d; plank cover; shaft curves to BACKFILL (Equip) 40 cy
261,193 mE W

Locations and dimensions are approximate and have not been field verified. Construction quantities are estimated and will be comfirmed at time of construction. Construction
quantities are stated in square feet (sf) for walls, gates, and grates; cubic yards (cy) for backfills; and cubic feet (cf) for PUF and concrete. UTM coordinates are all in Zone 12, NAD83.
Dimensions are in feet. h=high/height, w=wide/width, l=long/length, d=deep/depth, diam=diameter, unk=unknown, x=by, est=estimated, w/=with, ~ or approx=approximately,
deg=degree, na=not applicable. Compass directions=N, NW, E, SE, S, etc. Special conditions: Bats Excl=Bat exclusion required, NR Elig=National Register eligible site. An asterisk
(*) after “NR Elig” means the site has the standard cultural resource precaution: “Avoid impacts to features surrounding openings. If backfilled by machine, maintain dump contour
lines.” Consult with OWNER for additional protections at other National Register eligible sites without the asterisk.
5: 17
Appendix A
Site Descriptions & Mine Closure Schedule

UTM Description of Mine Opening Special Estimated


Site ID/Tag No. Closure Method/Comment
Coordinates Dimensions/Key Features Conditions Quantity
3071731VO012 4,450,311 mN 6 x 7 x 38d; collar 17 x 18 x 11d; vertical NR Elig* BACKFILL (Equip) 115 cy
260,709 mE poles and timber sets lining shaft below
collar sloughage at 11d

3071731VO013 4,450,810 mN 5 x 6 x 61d; box cribbing and square sets NR Elig PUF 1 ls
261,668 mE for full depth of shaft; plank cover, ladder Bat Excl PUF plug 11' thick recessed 3' below
(4 x 5 inside crib dimensions) grade
= 330 cf PUF, 30 cf concrete
3071731VO014 4,449,887 mN 120l linear complex of stope openings: 12 NR Elig* BACKFILL (Equip) 1000 cy
260,469 mE x 16 x 18d, 12 x 12 x 60d, 11 x 24 x 26d, Bat Excl Starting ~150’ upstream from VO,
10 x 11 x 25d; barbed wire fence; may (slow fill) excavate drainage channel 15'w x
connect to 31IO002 3'd x 150'l to divert runoff from mine.
Use excavated material to fill E end
of stope. Scale down crown pillars.
Obtain additional fill from E side of
dump NW of VO. Preserve dump
contours and protect structures. Use
"slow fill" instead of exclusion.
3071731VO015 4,449,846 mN 6 x 7 x 9d; wood cover NR Elig* BACKFILL (Equip) 10 cy
260,407 mE Fill to 3' below grade. Protect wood
or set it aside and replace when
done.
3071731VO016 4,449,809 mN 5 x 7 x 7d; undercut 1d on west side; wood NR Elig* BACKFILL (Equip) 6 cy
260,500 mE cover Fill to 3' below grade. Protect wood
or set it aside and replace when
done.
3071731VO017 4,449,822 mN 6 x 6 x 7d; inclined None na
260,887 mE
3071731VO018 4,450,172 mN 4.5 x 4.5 x 50d; lagging and timber sets NR Elig* BACKFILL (Equip) 50 cy
260,625 mE (failing); collar eroding around lagging for 3'
outside lagging to 4d; ladder

Locations and dimensions are approximate and have not been field verified. Construction quantities are estimated and will be comfirmed at time of construction. Construction
quantities are stated in square feet (sf) for walls, gates, and grates; cubic yards (cy) for backfills; and cubic feet (cf) for PUF and concrete. UTM coordinates are all in Zone 12, NAD83.
Dimensions are in feet. h=high/height, w=wide/width, l=long/length, d=deep/depth, diam=diameter, unk=unknown, x=by, est=estimated, w/=with, ~ or approx=approximately,
deg=degree, na=not applicable. Compass directions=N, NW, E, SE, S, etc. Special conditions: Bats Excl=Bat exclusion required, NR Elig=National Register eligible site. An asterisk
(*) after “NR Elig” means the site has the standard cultural resource precaution: “Avoid impacts to features surrounding openings. If backfilled by machine, maintain dump contour
lines.” Consult with OWNER for additional protections at other National Register eligible sites without the asterisk.
5: 18
Appendix A
Site Descriptions & Mine Closure Schedule

UTM Description of Mine Opening Special Estimated


Site ID/Tag No. Closure Method/Comment
Coordinates Dimensions/Key Features Conditions Quantity
3071731VO019 4,450,373 mN 12 x 16 at collar, narrows to 6 x 9, 17d; NR Elig* REBAR GRATE 56 sf
260,436 mE wood ladder 7' x 8', pinned. Install grate at top of
ledge on N side.
3071731VO020 4,450,376 mN 6 x 9 x 17d; stacked rock on S side of NR Elig* BACKFILL (Hand) 22 cy
260,434 mE collar; small trench on N side; aluminum Fill up to N side collar. Use only
ladder dump to W of VO for fill; protect other
dumps nearby. Remove ladder.
3071731VO021 4,450,383 mN 4 x 4 x 8-9d; inclined NR Elig* BACKFILL (Hand) 4 cy
260,440 mE Fill to 3' below grade. Use upslope
rubble (toe of 31VO019 dump) for fill.

3071731VO022 4,450,318 mN 8 x 8 x 45+d; 5 x 6 inside crib; off vertical; NR Elig* BACKFILL (Equip) 200 cy
260,552 mE collar cribbed, but failing; timber sets Bat Excl Carefully remove loose timbers
extend above grade; soil sloughing onto before filling. Protect remaining
timbers; also two untagged prospects to timbers while filling. Obtain fill
NW starting from W side of dump and
work E. Preserve dump shape.
3071731VO023 4,450,249 mN 7 x 9 x 31d; 15d crosscut at bottom; steel NR Elig* BACKFILL (Equip) 65 cy
260,635 mE pipe in shaft Fill to 3' below grade.
3071733VO001 4,450,277 mN 6 x 7 x 10d; also two untagged prospects BACKFILL (Equip) 16 cy
264,382 mE to W of VO
3071733VO002 4,450,274 mN 4 x 7 x 7.5d BACKFILL (Equip) 8 cy
264,423 mE
3071733VO003 4,450,528 mN 8 x 9 x 7.5d; ladder rails; also two BACKFILL (Equip) 20 cy
264,466 mE untagged prospects nearby: 8 x 8 x 2d &
10 x 10 x 2d
3071733VO004 4,450,534 mN 5 x 7 x 100+d; collar eroded to 12 x 12 x Bat Excl BACKFILL (Equip) 100 cy
264,392 mE 7d; timbers and lagging, ladder; landing at Remove timbers before filling.
60d; possible drift at bottom

Locations and dimensions are approximate and have not been field verified. Construction quantities are estimated and will be comfirmed at time of construction. Construction
quantities are stated in square feet (sf) for walls, gates, and grates; cubic yards (cy) for backfills; and cubic feet (cf) for PUF and concrete. UTM coordinates are all in Zone 12, NAD83.
Dimensions are in feet. h=high/height, w=wide/width, l=long/length, d=deep/depth, diam=diameter, unk=unknown, x=by, est=estimated, w/=with, ~ or approx=approximately,
deg=degree, na=not applicable. Compass directions=N, NW, E, SE, S, etc. Special conditions: Bats Excl=Bat exclusion required, NR Elig=National Register eligible site. An asterisk
(*) after “NR Elig” means the site has the standard cultural resource precaution: “Avoid impacts to features surrounding openings. If backfilled by machine, maintain dump contour
lines.” Consult with OWNER for additional protections at other National Register eligible sites without the asterisk.
5: 19
Appendix A
Site Descriptions & Mine Closure Schedule

UTM Description of Mine Opening Special Estimated


Site ID/Tag No. Closure Method/Comment
Coordinates Dimensions/Key Features Conditions Quantity
3071733VO005 4,450,239 mN 7 x 7.5 x 8d BACKFILL (Equip) 16 cy
264,449 mE
3071733VO006 4,450,432 mN 8 x 9 x 25d NR Elig* BACKFILL (Equip) 70 cy
265,040 mE
3071733VO007 4,450,355 mN 4 x 6 x 100+d; timber sets and lagging, NR Elig PUF/CMP 1 ls
265,032 mE ladder; crosscuts at 40d and 130d PUF plug 12' thick recessed 4' below
grade with 24" diameter CMP
= 322 cf PUF, 19 cf concrete
3071836HO001 4,450,233 mN 5h x 4w x 17d; opening 7w NR Elig* BACKFILL (Equip) 15 cy
259,740 mE Bat Excl
3071836IO001 4,450,247 mN 5h x 8w x 36d; plank platform on sill NR Elig* BACKFILL (Equip) 55 cy
260,380 mE Bat Excl Try to remove platform intact and set
aside.
3071836PT005 4,450,177 mN 6 x 6 x 8d; also untagged prospect 6 x 6 x NR Elig BACKFILL (Equip) 10 cy
260,108 mE 4d directly upslope
3071836VO001 4,449,905 mN 7 x 7 x 10d; off vertical; 2"x4"s NR Elig* BACKFILL (Equip) 13 cy
260,386 mE Fill to 3' below grade.
3071836VO002 4,450,403 mN 4 x 6 x 10d BACKFILL (Equip) 10 cy
260,086 mE
3071836VO003 4,450,411 mN 5 x 5 x 7d; juniper log collar cribbing; collar BACKFILL (Equip) 10 cy
260,095 mE eroded on W side
3071836VO004 4,450,300 mN 6 x 7 x 75+d; collar 8 x 9; steep incline; Bat Excl BACKFILL (Equip) 200 cy
259,945 mE large dump
3071836VO005 4,450,058 mN 5.5 x 8 x 68d; collar lagging extends 3' NR Elig PUF/CMP 1 ls
260,131 mE above grade, 7' below; timber sets, ladder; PUF plug 13' thick recessed 1' below
two drift levels grade (4’ below top of crib) with 24"
diameter CMP
= 583 cf PUF, 45 cf concrete

Locations and dimensions are approximate and have not been field verified. Construction quantities are estimated and will be comfirmed at time of construction. Construction
quantities are stated in square feet (sf) for walls, gates, and grates; cubic yards (cy) for backfills; and cubic feet (cf) for PUF and concrete. UTM coordinates are all in Zone 12, NAD83.
Dimensions are in feet. h=high/height, w=wide/width, l=long/length, d=deep/depth, diam=diameter, unk=unknown, x=by, est=estimated, w/=with, ~ or approx=approximately,
deg=degree, na=not applicable. Compass directions=N, NW, E, SE, S, etc. Special conditions: Bats Excl=Bat exclusion required, NR Elig=National Register eligible site. An asterisk
(*) after “NR Elig” means the site has the standard cultural resource precaution: “Avoid impacts to features surrounding openings. If backfilled by machine, maintain dump contour
lines.” Consult with OWNER for additional protections at other National Register eligible sites without the asterisk.
5: 20
Appendix A
Site Descriptions & Mine Closure Schedule

UTM Description of Mine Opening Special Estimated


Site ID/Tag No. Closure Method/Comment
Coordinates Dimensions/Key Features Conditions Quantity
3071836VO006 4,450,137 mN 4.5 x 6 x 24d NR Elig* BACKFILL (Equip) 25 cy
260,160 mE Fill to 3' below grade. Skim fill from
top of dump to maintain dump
contours.
3071836VO007 4,450,216 mN 6 x 7 x 16d; ladder at bottom NR Elig* BACKFILL (Equip) 25 cy
259,856 mE
3071836VO008 4,450,222 mN 9 x 8 x 13d; ladder and 4"x4" at bottom NR Elig* BACKFILL (Equip) 35 cy
259,766 mE
3071836VO009 4,450,289 mN 6 x 5 x 46d; inclined; juniper logs lying NR Elig* BACKFILL (Equip) 50 cy
260,361 mE across opening Bat Excl Fill to 4' below grade. Remove and
replace first timber.
3071836VO010 4,450,468 mN 5 x 7 x 12d; three 6"diam x 12'l poles in NR Elig* BACKFILL (Equip) 12 cy
260,355 mE shaft Fill to 3' below grade.
3081705HO001 4,448,913 mN est 5h x 4w x 30d; opening caved to 1.5h x BACKFILL (Equip) 20 cy
262,825 mE 3.5w; faceup trench 9w x 21l x 8d; cougar
use
3081705IO001 4,448,793 mN 6h x 7w x 35+d; trash & debris inside BACKFILL (Equip) 100 cy
263,098 mE
3081705IO002 4,448,797 mN 4h x 8w x 40+d; timber props and caps Bat Excl BACKFILL (Equip) 100 cy
262,896 mE
3081705VO001 4,449,043 mN 5 x 7 x 35d; collar 13 x 17 x 11d; fence BACKFILL (Equip) 85 cy
263,370 mE posts; also untagged prospect 10 x 10 x 3d
to NW
3081705VO002 4,448,429 mN 4.5 x 5 x 45+d; collar lagging and timber NR Elig PUF 1 ls
262,896 mE sets; headframe; ladder; off vertical Bat Excl PUF plug 10' thick recessed 4'd
(below first timber set)
= 250 cf PUF, 23 cf concrete

Locations and dimensions are approximate and have not been field verified. Construction quantities are estimated and will be comfirmed at time of construction. Construction
quantities are stated in square feet (sf) for walls, gates, and grates; cubic yards (cy) for backfills; and cubic feet (cf) for PUF and concrete. UTM coordinates are all in Zone 12, NAD83.
Dimensions are in feet. h=high/height, w=wide/width, l=long/length, d=deep/depth, diam=diameter, unk=unknown, x=by, est=estimated, w/=with, ~ or approx=approximately,
deg=degree, na=not applicable. Compass directions=N, NW, E, SE, S, etc. Special conditions: Bats Excl=Bat exclusion required, NR Elig=National Register eligible site. An asterisk
(*) after “NR Elig” means the site has the standard cultural resource precaution: “Avoid impacts to features surrounding openings. If backfilled by machine, maintain dump contour
lines.” Consult with OWNER for additional protections at other National Register eligible sites without the asterisk.
5: 21
Appendix A
Site Descriptions & Mine Closure Schedule

UTM Description of Mine Opening Special Estimated


Site ID/Tag No. Closure Method/Comment
Coordinates Dimensions/Key Features Conditions Quantity
3081705VO003 4,448,441 mN 4 x 8 x 20+d; inclined to SW; plank NR Elig* BACKFILL (Equip) 40 cy
262,891 mE platform over shaft Remove loose boards and avoid
adjacent timbers and platform. Use
05VO004 dump for fill.
3081705VO004 4,448,448 mN 7 x 10 x 32d; partial 2-strand fence NR Elig* BACKFILL (Equip) 85 cy
262,893 mE Bat Excl
3081705VO005 4,448,891 mN 6 x 6 x 37d; collar 11 x 12 x 7d; steep BACKFILL (Equip) 80 cy
263,100 mE incline
3081705VO006 4,448,489 mN 4 x 6 x 16d; rust-colored dump at base of BACKFILL (Equip) 15 cy
263,516 mE dark gray rock outcrop
3081706HC001 4,448,671 mN unk dims x 25+d; opening caved to 1h x NR Elig BACKFILL (Equip) 20 cy
261,864 mE 3w; mostly clogged by wood rat midden Probe to determine condition. Final
closure to be determined after probe.

3081706HO001 4,448,999 mN 4.5h x 5w x 23d; opening caved to 1h x 4w; NR Elig BACKFILL (Equip) 15 cy
261,815 mE faceup trench 10w x 25l x 6d Use sloughage in faceup for fill.
Avoid dump.
3081706HO002 4,448,973 mN 5h x 5w x 24d; opening caved to 3h x 4w; 8 NR Elig None na
261,809 mE x 12 VO intersects drift leaving 12l tunnel
3081706HO003 4,449,122 mN 6h x 4w x 179d; opening caved to 3h x 3w; Bat Excl BACKFILL (Equip) 25 cy
261,669 mE 5h x 5w just inside brow; faceup trench 7w
x 28l x 9d; small rockfall at 8d

3081706HO004 4,449,089 mN 6h x 8w x 40+d; opening caved to 2h x 8w; BACKFILL (Equip) 50 cy


261,650 mE opens into room 8h x 10w, then narrows;
drift declines slightly at 15d

3081706HO005 4,448,765 mN 5.5h x 6.5w x 680+d; wood door at 12d; NR Elig BAT GATE 42 sf
261,545 mE wood chute at 15d; track runs from mine 7'h x 6'w at 6'd
onto dump; foundation on dump; 06SH001
intersects drift

Locations and dimensions are approximate and have not been field verified. Construction quantities are estimated and will be comfirmed at time of construction. Construction
quantities are stated in square feet (sf) for walls, gates, and grates; cubic yards (cy) for backfills; and cubic feet (cf) for PUF and concrete. UTM coordinates are all in Zone 12, NAD83.
Dimensions are in feet. h=high/height, w=wide/width, l=long/length, d=deep/depth, diam=diameter, unk=unknown, x=by, est=estimated, w/=with, ~ or approx=approximately,
deg=degree, na=not applicable. Compass directions=N, NW, E, SE, S, etc. Special conditions: Bats Excl=Bat exclusion required, NR Elig=National Register eligible site. An asterisk
(*) after “NR Elig” means the site has the standard cultural resource precaution: “Avoid impacts to features surrounding openings. If backfilled by machine, maintain dump contour
lines.” Consult with OWNER for additional protections at other National Register eligible sites without the asterisk.
5: 22
Appendix A
Site Descriptions & Mine Closure Schedule

UTM Description of Mine Opening Special Estimated


Site ID/Tag No. Closure Method/Comment
Coordinates Dimensions/Key Features Conditions Quantity
3081706HO006 4,448,704 mN 5h x 5w x 20d; opening 7h x 8w; narrows NR Elig* WALL (Block) 25 sf
261,683 mE to 5h x 5w at 7d; faceup trench 6w x 25l x 5'h x 5'w at constriction
8d
3081706HO007 4,448,696 mN 5h x 5w x 26d; opening 5h x 7w; drift forks NR Elig* BACKFILL (Equip) 25 cy
261,664 mE at 5d into 8d and 13d
3081706HO008 4,448,741 mN est 6h x 6w x 50+d; opening caved to 1h x NR Elig* BACKFILL (Equip) 25 cy
261,694 mE 3w; faceup trench 12w x 31l x 9d Bat Excl Obtain fill from sides of faceup
trench. Avoid nearby rock walls and
dump.
3081706HO009 4,448,447 mN 6h x 5w x 45+d; opening caved to 2.5h x BAT GATE 30 sf
261,224 mE 5w; faceup trench 8w x 10l x 6d; orange 6'h x 5'w
dump; in small side canyon

3081706HO010 4,448,523 mN 5h x 4w x 25+d; opening caved to 2h x 3w; NR Elig* BACKFILL (Hand) 10 cy


260,833 mE faceup trench 8w x 22l x 6d; winze at 25’d; Use 06VO006 dump upslope for fill.
intersects 06VO006 at 40d Do not use cultural retaining walls or
ore on dump.
3081706HO011 4,448,506 mN 7h x 5w x 75+d; opening 11h x 9w at brow, NR Elig* BACKFILL (Hand) 30 cy
260,829 mE narrows to 7h x 5w at 17d; faceup trench Bat Excl Scale down unstable brow and top.
8w x 27l x 11d; located at toe of 06HO010 Use 06HO010 dump upslope for fill.
dump; timber prop and cap; blue
mineralization in rock; also untagged
prospect to W
3081706HO012 4,448,907 mN 4h x 4w x 14d; opens up to 5h x 5w inside; NR Elig* BACKFILL (Hand) 6 cy
260,754 mE opening caved to 2h x 4w; faceup trench Fill 5'd. Build rock backstop and fill
4w x 27l x 5d out to brow.

3081706HO013 4,448,592 mN 6h x 5w x 15d NR Elig None na


260,616 mE

Locations and dimensions are approximate and have not been field verified. Construction quantities are estimated and will be comfirmed at time of construction. Construction
quantities are stated in square feet (sf) for walls, gates, and grates; cubic yards (cy) for backfills; and cubic feet (cf) for PUF and concrete. UTM coordinates are all in Zone 12, NAD83.
Dimensions are in feet. h=high/height, w=wide/width, l=long/length, d=deep/depth, diam=diameter, unk=unknown, x=by, est=estimated, w/=with, ~ or approx=approximately,
deg=degree, na=not applicable. Compass directions=N, NW, E, SE, S, etc. Special conditions: Bats Excl=Bat exclusion required, NR Elig=National Register eligible site. An asterisk
(*) after “NR Elig” means the site has the standard cultural resource precaution: “Avoid impacts to features surrounding openings. If backfilled by machine, maintain dump contour
lines.” Consult with OWNER for additional protections at other National Register eligible sites without the asterisk.
5: 23
Appendix A
Site Descriptions & Mine Closure Schedule

UTM Description of Mine Opening Special Estimated


Site ID/Tag No. Closure Method/Comment
Coordinates Dimensions/Key Features Conditions Quantity
3081706HO014 4,448,659 mN 6h x 4w x 75+d; opening caved to 2h x 4w; NR Elig* BACKFILL (Hand) 16 cy
260,632 mE faceup trench 8w x 11l x 7d; large dump Bat Excl
offset 35' to NE

3081706HO015 4,448,751 mN 6h x 5w x 20d; opening caved to 1.5h x 3w; NR Elig WALL (Block) 30 sf
260,788 mE located 12' SW of 06HO016; 2"x4" frame at 6'h x 5'w
brow

3081706HO016 4,448,751 mN 7h x 5w x 100+d; opening caved to 4h x NR Elig BAT GATE 42 sf


260,795 mE 5w; faceup trench 8w x 15l x 9d; very large 7'h x 6'w
dump (316'l); cougar use

3081706HO017 4,448,968 mN 5h x 5w x 17d; opening caved to 2h x 5w; NR Elig* WALL (Block) 25 sf


260,904 mE faceup trench 8w x 20l x 5d 5'h x 5'w
3081706HO018 4,449,135 mN 5h x 4w x 24d; opening caved to 3h x 4w; NR Elig* BACKFILL (Hand) 10 cy
261,150 mE slightly inclined up; drift gets smaller with
depth; faceup trench 5w x 17l x 5d

3081706HO019 4,449,508 mN 7h x 5w x 18.5d; opening caved to 5.5h x NR Elig* BACKFILL (Hand) 7 cy


260,832 mE 5w; faceup trench 7w x 26l x 15d; timbers Scale down rock on timbers to
at brow to 8d; crossbar supporting timbers remove weight from timbers.
is failing
3081706HO020 4,449,513 mN 8h x 7w x 15d; faceup trench 6w x 18l x NR Elig* WALL (Block) 30 sf
260,847 mE 10d; plank door standing in rubble in 5'h x 6'w. Locate wall just under
faceup; timbers lying inside brow. Will need to muck out some
rubble.
3081706HO021 4,449,238 mN 6.5h x 4w x 25+d; opening caved to 2.5h x NR Elig BACKFILL (Hand) 25 cy
261,067 mE 3.5w; 20d winze and crosscut at 21d; Bat Excl Use adjacent material for fill. Take
timber sets; part of 06VO015 open pit care not to destabilize upslope rock.
complex

Locations and dimensions are approximate and have not been field verified. Construction quantities are estimated and will be comfirmed at time of construction. Construction
quantities are stated in square feet (sf) for walls, gates, and grates; cubic yards (cy) for backfills; and cubic feet (cf) for PUF and concrete. UTM coordinates are all in Zone 12, NAD83.
Dimensions are in feet. h=high/height, w=wide/width, l=long/length, d=deep/depth, diam=diameter, unk=unknown, x=by, est=estimated, w/=with, ~ or approx=approximately,
deg=degree, na=not applicable. Compass directions=N, NW, E, SE, S, etc. Special conditions: Bats Excl=Bat exclusion required, NR Elig=National Register eligible site. An asterisk
(*) after “NR Elig” means the site has the standard cultural resource precaution: “Avoid impacts to features surrounding openings. If backfilled by machine, maintain dump contour
lines.” Consult with OWNER for additional protections at other National Register eligible sites without the asterisk.
5: 24
Appendix A
Site Descriptions & Mine Closure Schedule

UTM Description of Mine Opening Special Estimated


Site ID/Tag No. Closure Method/Comment
Coordinates Dimensions/Key Features Conditions Quantity
3081706HO021A 4,449,258 mN 2.5h x 1.5w breakout opening in side of pit NR Elig WALL (Stone) 13 sf
261,067 mE accesses drift system Bat Excl 5'h x 2.5'w. Build wall outside the
opening against the rock face. Use
nearby competent gray rock for wall
and face or plaster the outer surface
with yellow/brown rock to match and
camouflage.
3081706HO022 4,449,206 mN est 4h x 4w x 10+d; opening caved to 1h x NR Elig* BACKFILL (Hand) 10 cy
261,073 mE 1.5w; timber sets at brow; part of 06VO015 Bat Excl Will need to muck out some existing
open pit complex fill to access workings.

3081706HO023 4,449,207 mN 5h x 6w; opening 4h x 4w; immediately NR Elig* BACKFILL (Hand) 20 cy


261,048 mE forks into 2 drifts: 11d and 16d; part of
06VO015 open pit complex

3081706HO024 4,449,274 mN 8h x 5w x 50+d; opening 3.5h x 7w; lobe of NR Elig* BACKFILL (Hand) 25 cy
261,092 mE rock poking down from top divides Bat Excl Fill approx. 8'd and bank additional
opening; opens into a 8 x12w x 7h room, fill over brow. Use 06VO017 dump
then forks into raise and decline at 15d upslope for fill.

3081706HO025 4,449,290 mN 6h x 6w x 30+d; opening caved to 3h x 4w; NR Elig* WALL (Block) 36 sf


261,014 mE faceup trench 6-12w x 34l x 6d; upright Bat Excl 6'h x 6'w
board in faceup rubble, 2" planks in portal

3081706HO026 4,449,393 mN 7h x 8w x 4000+d; opening caved to 2.5h x NR Elig* BAT GATE 56 sf


261,021 mE 6w; very large dump; large concrete footing 7'h x 8'w
in front of opening; intersects 06VO022

3081706HO027 4,449,349 mN 5.5h x 5.5w x 66d; opening 6h x 5.5w; NR Elig WALL (Stone) 36 sf
261,025 mE wood door frame of 6"x6" posts and planks Bat Excl 6'h x 6'w. Locate wall just under
at 21d brow. Use rock from 06HO028
dump.
3081706HO028 4,449,334 mN 4.5h x 5w x 100+d; opening caved to 2h x NR Elig WALL (Stone) 36 sf
261,040 mE 4w; faceup trench 9w x20l x 12d Bat Excl 6'h x 6'w
Locations and dimensions are approximate and have not been field verified. Construction quantities are estimated and will be comfirmed at time of construction. Construction
quantities are stated in square feet (sf) for walls, gates, and grates; cubic yards (cy) for backfills; and cubic feet (cf) for PUF and concrete. UTM coordinates are all in Zone 12, NAD83.
Dimensions are in feet. h=high/height, w=wide/width, l=long/length, d=deep/depth, diam=diameter, unk=unknown, x=by, est=estimated, w/=with, ~ or approx=approximately,
deg=degree, na=not applicable. Compass directions=N, NW, E, SE, S, etc. Special conditions: Bats Excl=Bat exclusion required, NR Elig=National Register eligible site. An asterisk
(*) after “NR Elig” means the site has the standard cultural resource precaution: “Avoid impacts to features surrounding openings. If backfilled by machine, maintain dump contour
lines.” Consult with OWNER for additional protections at other National Register eligible sites without the asterisk.
5: 25
Appendix A
Site Descriptions & Mine Closure Schedule

UTM Description of Mine Opening Special Estimated


Site ID/Tag No. Closure Method/Comment
Coordinates Dimensions/Key Features Conditions Quantity
3081706IO001 4,448,898 mN drift 5h x 8w x 30d; faceup 9 x 15 x 12d; NR Elig BACKFILL (Equip) 60 cy
261,739 mE water at bottom Bat Excl
3081706IO002 4,449,525 mN 5 x 7 x 25d; collar 10 x 14; 45deg incline; NR Elig* REBAR GRATE 70 sf
261,009 mE pole lying across collar, planks inside 7' x 10'. Install grate on horizontal
plane, pinned on 3 sides with
concrete footer on sill.
3081706SH001 4,448,763 mN approx 3 x 3; partially choked off with NR Elig REBAR GRATE 60 sf
261,533 mE rubble; intersects 06HO005 at 20d; ore 6' x 10', pinned. Custom fit grate to
chute, wooden door irregular opening.

3081706SH002 4,448,702 mN small open pit 14 x 20 x 14d with 5h x 6w x NR Elig* BACKFILL (Equip) 150 cy
261,656 mE 10d drift at N corner; connects to 06VO004 Bat Excl
via short 2.5h x 6w tunnel

3081706VO001 4,449,679 mN 8 x 11 x 10-14d BACKFILL (Equip) 40 cy


261,074 mE
3081706VO002 4,449,519 mN 7 x 8 x 55d; collar 13 x 17 x 8d; water at BACKFILL (Equip) 140 cy
261,150 mE bottom; timber prop
3081706VO003 4,448,825 mN 7 x 12 x 29-35d; collar 9 x 14 x 5d NR Elig* BACKFILL (Equip) 105 cy
261,554 mE Located on steep slope; difficult
access.
3081706VO004 4,448,704 mN complex geometry; 7 x 11 x 14d opening NR Elig* BACKFILL (Equip) 30 cy
261,647 mE leads to short tunnel connecting to Bat Excl
06SH002; 3 x 10 x 20d winze inside;
timber prop & cap
3081706VO005 4,448,684 mN 13 x 18 collar tapers to 3 x 4 at 12d; 2 x 4 x NR Elig* BACKFILL (Equip) 55 cy
261,668 mE 5d drift at bottom pinches out Bat Excl Chink off opening at bottom with
larger rock.

Locations and dimensions are approximate and have not been field verified. Construction quantities are estimated and will be comfirmed at time of construction. Construction
quantities are stated in square feet (sf) for walls, gates, and grates; cubic yards (cy) for backfills; and cubic feet (cf) for PUF and concrete. UTM coordinates are all in Zone 12, NAD83.
Dimensions are in feet. h=high/height, w=wide/width, l=long/length, d=deep/depth, diam=diameter, unk=unknown, x=by, est=estimated, w/=with, ~ or approx=approximately,
deg=degree, na=not applicable. Compass directions=N, NW, E, SE, S, etc. Special conditions: Bats Excl=Bat exclusion required, NR Elig=National Register eligible site. An asterisk
(*) after “NR Elig” means the site has the standard cultural resource precaution: “Avoid impacts to features surrounding openings. If backfilled by machine, maintain dump contour
lines.” Consult with OWNER for additional protections at other National Register eligible sites without the asterisk.
5: 26
Appendix A
Site Descriptions & Mine Closure Schedule

UTM Description of Mine Opening Special Estimated


Site ID/Tag No. Closure Method/Comment
Coordinates Dimensions/Key Features Conditions Quantity
3081706VO006 4,448,543 mN complex geometry; 8 x 8 x 24d shaft with NR Elig* REBAR GRATE 80 sf
260,835 mE overhanging brow; 16d horiz alcove at 8' x 10', pinned. Install grate at
rear; timber prop; connects to 06HO010 approx 45deg angle against brow.
Grate may need concrete footer on
sill.
3081706VO007 4,448,879 mN 5 x 8 x 35d; wood ladder, planks, and logs NR Elig* BACKFILL (Hand) 47 cy
260,574 mE Bat Excl Fill to 3' below grade. Remove
ladder and platform and set aside.
Use dump for fill. It is OK to
scrounge surface boulders from
upslope, but do not excavate
upslope soil.
3081706VO008 4,448,833 mN 6 x 7 x 32d; pole lying across collar NR Elig* REBAR GRATE 48 sf
261,009 mE 6' x 8', pinned
3081706VO009 4,449,158 mN 5 x 7 x 6d; also small untagged prospect to NR Elig* BACKFILL (Hand) 8 cy
261,140 mE SE
3081706VO010A 4,449,170 mN upper (NW) of 2 adjacent openings NR Elig* REBAR GRATE 63 sf
261,129 mE connected by a short tunnel and opening 7' x 9', pinned. Install grate at top of
into a common stope with timber props; 6 x ledge at bottom of rock crib.
9 x 60+d; narrows to 4 x 4; rock cribbing on
E side of collar
3081706VO010B 4,449,163 mN lower (SE) of 2 adjacent openings NR Elig* REBAR GRATE 83 sf
261,131 mE connected by a short tunnel and opening 83 sf, pinned. Build grate as two
into a common stope with timber props; 5 panels: 7'x 9' horizontal grate at SE
x 13 x 7d end and 4' x 5' angled grate at NW
end to close off gap at tunnel.
3081706VO011 4,449,180 mN 7 x 9 x 20d; opens into stope; timber props NR Elig* REBAR GRATE 49 sf
261,115 mE 7' x 7', pinned
3081706VO012 4,449,184 mN 6 x 10 x 8d NR Elig* BACKFILL (Hand) 11 cy
261,109 mE Fill to 3' below grade.

Locations and dimensions are approximate and have not been field verified. Construction quantities are estimated and will be comfirmed at time of construction. Construction
quantities are stated in square feet (sf) for walls, gates, and grates; cubic yards (cy) for backfills; and cubic feet (cf) for PUF and concrete. UTM coordinates are all in Zone 12, NAD83.
Dimensions are in feet. h=high/height, w=wide/width, l=long/length, d=deep/depth, diam=diameter, unk=unknown, x=by, est=estimated, w/=with, ~ or approx=approximately,
deg=degree, na=not applicable. Compass directions=N, NW, E, SE, S, etc. Special conditions: Bats Excl=Bat exclusion required, NR Elig=National Register eligible site. An asterisk
(*) after “NR Elig” means the site has the standard cultural resource precaution: “Avoid impacts to features surrounding openings. If backfilled by machine, maintain dump contour
lines.” Consult with OWNER for additional protections at other National Register eligible sites without the asterisk.
5: 27
Appendix A
Site Descriptions & Mine Closure Schedule

UTM Description of Mine Opening Special Estimated


Site ID/Tag No. Closure Method/Comment
Coordinates Dimensions/Key Features Conditions Quantity
3081706VO013 4,448,983 mN 7 x 9 x 10d; 5 x 8 at bottom NR Elig* BACKFILL (Hand) 20 cy
260,528 mE
3081706VO014 4,449,057 mN 6 x 8 x 225+d; collar cone in dump 22 x 23 NR Elig* PUF/CMP 1 ls
261,003 mE x 10d; large dump; headframe debris on PUF plug 13' thick with 36" diameter
side of dump to N CMP. The full extent of PUF shall be
in bedrock (below eroded collar
cone). Extend CMP 4’ above PUF
and fill collar cone around CMP 3’d
with dump material. Top off with 8’ x
10’ x 1’d concrete slab reinforced
with #4 rebar mat 12” OC.
= 532 cf PUF, 73 cf concrete
3081706VO015 4,449,205 mN large open pit complex 170 x 250 x 85d; NR Elig None na
261,042 mE complex includes 06HO021, 06HO022,
06HO023

3081706VO016 4,449,166 mN 7 x 23 x 17d, opens into large stope; timber NR Elig* REBAR GRATE 161 sf
261,047 mE and plank set wedged inside 7' x 23', pinned
3081706VO017 4,449,264 mN 12 x 12 x 7d; uphill side is 17d NR Elig* None na
261,094 mE
3081706VO018 4,449,437 mN 5 x 8 x 46d; off vertical; log on side of collar NR Elig* REBAR GRATE 54 sf
260,874 mE 6' x 9', pinned
3081706VO019 4,449,482 mN 8 x 11 x 8-11d NR Elig* BACKFILL (Equip) 16 cy
261,061 mE Fill to 3' below grade.
3081706VO020 4,449,320 mN 7 x 7.5 x 6d; 2.5h x 5w x 4d crosscut at NR Elig* None na
261,072 mE bottom

Locations and dimensions are approximate and have not been field verified. Construction quantities are estimated and will be comfirmed at time of construction. Construction
quantities are stated in square feet (sf) for walls, gates, and grates; cubic yards (cy) for backfills; and cubic feet (cf) for PUF and concrete. UTM coordinates are all in Zone 12, NAD83.
Dimensions are in feet. h=high/height, w=wide/width, l=long/length, d=deep/depth, diam=diameter, unk=unknown, x=by, est=estimated, w/=with, ~ or approx=approximately,
deg=degree, na=not applicable. Compass directions=N, NW, E, SE, S, etc. Special conditions: Bats Excl=Bat exclusion required, NR Elig=National Register eligible site. An asterisk
(*) after “NR Elig” means the site has the standard cultural resource precaution: “Avoid impacts to features surrounding openings. If backfilled by machine, maintain dump contour
lines.” Consult with OWNER for additional protections at other National Register eligible sites without the asterisk.
5: 28
Appendix A
Site Descriptions & Mine Closure Schedule

UTM Description of Mine Opening Special Estimated


Site ID/Tag No. Closure Method/Comment
Coordinates Dimensions/Key Features Conditions Quantity
3081706VO021 4,449,374 mN complex geometry; 8 x 8 x 45d; NR Elig* REBAR GRATE 525 sf
261,066 mE faceup/collar cut 14 x 18 x 15d; crosscut to 21' x 25' pinned with 21' I-beam. Set
SE at 15d; wood platform below crosscut the I-beam so that it spans
faceup/collar parallel to contour.
Build grate as two panels, from the
lower shaft collar up to the I-beam
and from the I-beam up to the upper
edge of faceup. Run a perimeter bar
around finished grate for a
continuous edge. Access is very
difficult-- foot-only, 300' up 55%
slope. Will need to rig hoist or tram
system to move materials. Use
extreme safety precautions.
3081706VO022 4,449,391 mN 5 x 7 x 66d; intersects 06HO026 at 39d; NR Elig* REBAR GRATE 140 sf
261,042 mE fence, burnt timbers, steel rods 10' x 14', pinned. Grate will overlap
top of collar. Open the fence for
access and reclose when done.
3081707HO001 4,447,529 mN 6h x 6.5w x 100+d; faceup trench 6w x 45l NR Elig* CMP BAT GATE 1 ls
261,361 mE x 7d; connects to 07VO001 Use 36" diameter CMP.
3081707HO002 4,447,903 mN est 4-5h x 4w x 15+d; opening caved to Bat Excl BACKFILL (Equip) 40 cy
261,836 mE 1.5h x 4w; drift broadens to 8w and turns to Fill faceup also.
right (E) at 8d; faceup trench 10w x 20l x
5d
3081707HO003 4,448,106 mN est 4h x 5w x 35+d; opening caved to 1h x Bat Excl BACKFILL (Hand) 12 cy
261,029 mE 4w; faceup trench 6w x 24l x 7d; wood box
inside
3081707VO001 4,447,548 mN 7 x 8 x 230+d; timber collar cribbing, NR Elig REBAR GRATE 56 sf
261,317 mE wooden headframe, ladder; off vertical; 7' x 8', pinned. Install grate just
claim papers; connects to 07HO001 below collar cribbing.

Locations and dimensions are approximate and have not been field verified. Construction quantities are estimated and will be comfirmed at time of construction. Construction
quantities are stated in square feet (sf) for walls, gates, and grates; cubic yards (cy) for backfills; and cubic feet (cf) for PUF and concrete. UTM coordinates are all in Zone 12, NAD83.
Dimensions are in feet. h=high/height, w=wide/width, l=long/length, d=deep/depth, diam=diameter, unk=unknown, x=by, est=estimated, w/=with, ~ or approx=approximately,
deg=degree, na=not applicable. Compass directions=N, NW, E, SE, S, etc. Special conditions: Bats Excl=Bat exclusion required, NR Elig=National Register eligible site. An asterisk
(*) after “NR Elig” means the site has the standard cultural resource precaution: “Avoid impacts to features surrounding openings. If backfilled by machine, maintain dump contour
lines.” Consult with OWNER for additional protections at other National Register eligible sites without the asterisk.
5: 29
Appendix A
Site Descriptions & Mine Closure Schedule

UTM Description of Mine Opening Special Estimated


Site ID/Tag No. Closure Method/Comment
Coordinates Dimensions/Key Features Conditions Quantity
3081707VO002 4,448,149 mN 7 x 8 x 17d BACKFILL (Hand) 35 cy
261,035 mE Use dump and nearby surface
boulders only. Do not strip soil from
upslope.
3081707VO003 4,447,708 mN 10 x 10 at collar tapering to 6 x 6 at None na
260,782 mE bottom; 8d; large juniper tree on side;
dugout cabin and untagged prospect 50'
upslope
3081707VO004 4,447,581 mN 6 x 8 x 75d; 8 x 8 at collar outside cribbing; Bat Excl BACKFILL (Equip) 140 cy
260,940 mE narrows to 6 x 8 at 10d; log collar cribbing;
wooden ladder; off vertical

3081707VO005 4,446,870 mN 6 x 8 x 53d; 2"x12" plank with 1"x12" plank Bat Excl BACKFILL (Equip) 120 cy
260,547 mE attached lying across collar
3081708HO001 4,448,139 mN unk dims x 5d; opening caved to 0.3h x None na
262,210 mE 1.5w; faceup trench 6w x 22l x 5d
3081708HO002 4,446,661 mN 5h x 4.5w x 135d; opening caved to 2h x Bat Excl BACKFILL (Equip) 40 cy
262,740 mE 3w; faceup trench 7w x 25l x 8d; passes Fill faceup also.
under road

3081708HO003 4,447,203 mN 5.5h x 8w x 10d; faceup trench 9w x 31l x NR Elig None na


262,759 mE 6d; timbers and doorway in faceup trench;
tin cans, stove, and bed frame nearby

3081708HO004 4,448,099 mN 2h x 4w x 8d; opening caved to 1.5h x 3w; None na


262,648 mE faceup trench 6w x 16l x 8d; filled with
wood rat midden

3081708HO005 4,448,085 mN 5h x 5w x 16d; opening caved to 2h x 4w NR Elig* BACKFILL (Equip) 15 cy


263,188 mE Scale down brow to block opening.
Avoid dump.

Locations and dimensions are approximate and have not been field verified. Construction quantities are estimated and will be comfirmed at time of construction. Construction
quantities are stated in square feet (sf) for walls, gates, and grates; cubic yards (cy) for backfills; and cubic feet (cf) for PUF and concrete. UTM coordinates are all in Zone 12, NAD83.
Dimensions are in feet. h=high/height, w=wide/width, l=long/length, d=deep/depth, diam=diameter, unk=unknown, x=by, est=estimated, w/=with, ~ or approx=approximately,
deg=degree, na=not applicable. Compass directions=N, NW, E, SE, S, etc. Special conditions: Bats Excl=Bat exclusion required, NR Elig=National Register eligible site. An asterisk
(*) after “NR Elig” means the site has the standard cultural resource precaution: “Avoid impacts to features surrounding openings. If backfilled by machine, maintain dump contour
lines.” Consult with OWNER for additional protections at other National Register eligible sites without the asterisk.
5: 30
Appendix A
Site Descriptions & Mine Closure Schedule

UTM Description of Mine Opening Special Estimated


Site ID/Tag No. Closure Method/Comment
Coordinates Dimensions/Key Features Conditions Quantity
3081708HO006 4,446,828 mN 7-9h x 4w x 20d; faceup trench 6-8w x 18l BACKFILL (Equip) 35 cy
262,124 mE x 7d; inclined; claim cairn to SW; canvas Access is long tram up wash bottom.
bags on dump

3081708HO007 4,447,349 mN 5h x 5w x 27d; opening caved to 3h x 5w; Bat Excl BACKFILL (Hand) 15 cy
263,173 mE faceup trench 6w x 14l x 10d Located high on steep slope. Easier
access is from W over the ridge.

3081708IO001 4,448,035 mN est 3h x 5w x 18d; faceup trench 10w x 7l x NR Elig* BACKFILL (Equip) 25 cy
263,214 mE 4d; located at toe of 08VO006 dump
3081708IO002 4,446,977 mN 6h x 10w x 45d; collar 12 x 15 x 10d; Bat Excl BACKFILL (Equip) 125 cy
261,927 mE 52deg incline; possible drift at bottom Access is long tram up wash bottom.
Rock ledge 3' high and 10' wide may
limit equipment.
3081708IO003 4,447,498 mN 5h x 8w x 15d; collar 10 x 12 NR Elig* BACKFILL (Hand) 20 cy
263,332 mE Fill to 3' below grade.
3081708IO004 4,447,557 mN 5h x 7w x 25d; very steep incline BACKFILL (Hand) 30 cy
263,007 mE Located high on steep slope. Easier
access is from W over the ridge.

3081708VC002 4,447,194 mN appears to be two adjacent shafts that NR Elig BACKFILL (Equip) 100 cy
262,701 mE have been backfilled and sloughed open; Probe and excavate blockage to
SW shaft is 10 x 10 x 9d with a 3 x 3 x determine condition. Final closure to
unkd opening at bottom to SW; NE shaft is be determined after probe.
10 x 10 x 4d with a short tunnel in the
collapsed fill connecting to the other shaft;
large dump and concrete footers nearby

3081708VO001 4,447,274 mN 6.5 x 5 x 10d BACKFILL (Equip) 12 cy


261,937 mE
3081708VO002 4,447,631 mN 7 x 9 x 19d; juniper log lying across BACKFILL (Hand) 44 cy
261,967 mE opening

Locations and dimensions are approximate and have not been field verified. Construction quantities are estimated and will be comfirmed at time of construction. Construction
quantities are stated in square feet (sf) for walls, gates, and grates; cubic yards (cy) for backfills; and cubic feet (cf) for PUF and concrete. UTM coordinates are all in Zone 12, NAD83.
Dimensions are in feet. h=high/height, w=wide/width, l=long/length, d=deep/depth, diam=diameter, unk=unknown, x=by, est=estimated, w/=with, ~ or approx=approximately,
deg=degree, na=not applicable. Compass directions=N, NW, E, SE, S, etc. Special conditions: Bats Excl=Bat exclusion required, NR Elig=National Register eligible site. An asterisk
(*) after “NR Elig” means the site has the standard cultural resource precaution: “Avoid impacts to features surrounding openings. If backfilled by machine, maintain dump contour
lines.” Consult with OWNER for additional protections at other National Register eligible sites without the asterisk.
5: 31
Appendix A
Site Descriptions & Mine Closure Schedule

UTM Description of Mine Opening Special Estimated


Site ID/Tag No. Closure Method/Comment
Coordinates Dimensions/Key Features Conditions Quantity
3081708VO003 4,447,406 mN 6 x 8 x 9d BACKFILL (Equip) 16 cy
262,124 mE Access: tram over ridge from
08VO001.
3081708VO004 4,446,989 mN 8 x 8 x 80d; collar 13 x 13 x 10d NR Elig* BACKFILL (Equip) 200 cy
262,676 mE Bat Excl
3081708VO005 4,446,920 mN tapers from 12 x 12 at collar to 7 x 7 at BACKFILL (Equip) 25 cy
262,379 mE bottom, 9-10d
3081708VO006 4,448,026 mN 7 x 9 x 47d; off vertical NR Elig* BACKFILL (Equip) 110 cy
263,220 mE Bat Excl
3081708VO007 4,446,887 mN 7 x 9 x 9-14d BACKFILL (Equip) 25 cy
261,968 mE Access is long tram up wash bottom.
Rock ledge 3' high and 10' wide may
limit equipment.
3081708VO008 4,447,374 mN 5 x 8 x 50d; collar 8 x 17 x 8d; timbers lying NR Elig* REBAR GRATE 104 sf
263,380 mE across opening inside 8' x 13', pinned. Difficult access.
3081708VO009 4,447,369 mN narrow trench or fissure in rock; 3 x 32 x NR Elig* BACKFILL (Hand) 14 cy
263,388 mE 12d; two timber props with caps; adjacent Fill from E end to 5' W of timbers.
to 08VO008 Fill up to timbers (leave timbers
showing).
3081709IO001 4,446,810 mN 7h x 7w x 65+d; collar 11 x 15 x 8d; drift NR Elig* REBAR GRATE 63 sf
263,742 mE gets steeper with depth; occasional timbers 7' x 9', pinned. Install grate at
inside approx 45deg angle against brow.
3081709IO002 4,447,353 mN 5h x 7w x 20d; timbers at bottom; very BACKFILL (Equip) 26 cy
263,538 mE steep incline
3081709VO001 4,447,620 mN 5 x 7 x 10d; collar 12 x 12 x 4d; 6d BACKFILL (Equip) 35 cy
263,697 mE undercut on NE (downhill) side

Locations and dimensions are approximate and have not been field verified. Construction quantities are estimated and will be comfirmed at time of construction. Construction
quantities are stated in square feet (sf) for walls, gates, and grates; cubic yards (cy) for backfills; and cubic feet (cf) for PUF and concrete. UTM coordinates are all in Zone 12, NAD83.
Dimensions are in feet. h=high/height, w=wide/width, l=long/length, d=deep/depth, diam=diameter, unk=unknown, x=by, est=estimated, w/=with, ~ or approx=approximately,
deg=degree, na=not applicable. Compass directions=N, NW, E, SE, S, etc. Special conditions: Bats Excl=Bat exclusion required, NR Elig=National Register eligible site. An asterisk
(*) after “NR Elig” means the site has the standard cultural resource precaution: “Avoid impacts to features surrounding openings. If backfilled by machine, maintain dump contour
lines.” Consult with OWNER for additional protections at other National Register eligible sites without the asterisk.
5: 32
Appendix A
Site Descriptions & Mine Closure Schedule

UTM Description of Mine Opening Special Estimated


Site ID/Tag No. Closure Method/Comment
Coordinates Dimensions/Key Features Conditions Quantity
3081717IO001 4,446,424 mN 5h x 6w x 18d; opening 9h x 6w; inclined None na
262,877 mE for 13d, then vertical for bottom 5d; located
at base of large rock outcrop on ridgeline

3081717VO001 4,446,332 mN 7 x 9 x unkd; collar 12 x 15 x 10d; timbers; Bat Excl BACKFILL (Equip) 100 cy
262,364 mE debris plug at 25d (slow fill) Probe and excavate blockage to
determine condition. Excavate W
side of shaft as needed to increase
reach. Final closure to be
determined after probe. Use "slow
fill" instead of exclusion.
3081717VO002 4,446,402 mN 7 x 7 x 15d; collar 13 x 15 x 5d; garbage in BACKFILL (Equip) 30 cy
262,517 mE bottom; next to ATV trail
3081721VO001 4,444,823 mN 6 x 10 x 11d; located 350' W of white PVC BACKFILL (Equip) 25 cy
264,461 mE post
3081721VO002 4,444,751 mN 6 x 7 x 60+d; collar cribbed but eroded Bat Excl BACKFILL (Equip) 150 cy
264,987 mE slightly
3081801HO001 4,449,584 mN 3h x 3w x 15d; opening caved to 0.5h x 2w; Bat Excl BACKFILL (Hand) 4 cy
259,672 mE faceup trench 5w x 15l x 4d
3081801HO002 4,449,471 mN est 5h x 5w x 10d; opening caved to 1h x Bat Excl BACKFILL (Hand) 15 cy
259,691 mE 3w
3081801HO003 4,449,371 mN 5h x 5w x 19.5d; opening 3h x 6w; faceup Bat Excl WALL (Block) 30 sf
258,967 mE trench 8.5w x 29l x 17d 6'h x 5'w
3081801HO004 4,448,907 mN 6h x 5w x 39d; opening caved to 2h x 5w; NR Elig* WALL (Block) 30 sf
259,448 mE faceup trench 8w x 12l x 9d; several dozer 6'h x 5'w
cuts nearby

3081801HO005 4,448,863 mN est 3.5h x 5w x 10d; opening caved to 1.5h NR Elig* None na
259,510 mE x 4w; faceup trench 5w x 6l x 8d

Locations and dimensions are approximate and have not been field verified. Construction quantities are estimated and will be comfirmed at time of construction. Construction
quantities are stated in square feet (sf) for walls, gates, and grates; cubic yards (cy) for backfills; and cubic feet (cf) for PUF and concrete. UTM coordinates are all in Zone 12, NAD83.
Dimensions are in feet. h=high/height, w=wide/width, l=long/length, d=deep/depth, diam=diameter, unk=unknown, x=by, est=estimated, w/=with, ~ or approx=approximately,
deg=degree, na=not applicable. Compass directions=N, NW, E, SE, S, etc. Special conditions: Bats Excl=Bat exclusion required, NR Elig=National Register eligible site. An asterisk
(*) after “NR Elig” means the site has the standard cultural resource precaution: “Avoid impacts to features surrounding openings. If backfilled by machine, maintain dump contour
lines.” Consult with OWNER for additional protections at other National Register eligible sites without the asterisk.
5: 33
Appendix A
Site Descriptions & Mine Closure Schedule

UTM Description of Mine Opening Special Estimated


Site ID/Tag No. Closure Method/Comment
Coordinates Dimensions/Key Features Conditions Quantity
3081801HO006 4,448,865 mN 5h x 5w x 300+d; drift turns to left (E) at NR Elig* BAT GATE 30 sf
259,519 mE 10d; intersects 01IO002 at 30d 6'h x 5'w
3081801HO007 4,448,802 mN est 3h x 7w x 17d; opening caved to 1.5h x NR Elig* BACKFILL (Equip) 12 cy
259,347 mE 6w; slight incline Use sloughage in faceup for fill.
Preserve road to 01IO003.
3081801HO008 4,448,831 mN 5.5h x 5w x 46d; opening caved to 2h x 5w; NR Elig* WALL (Block) 30 sf
259,334 mE faceup trench 8w x 19l x 6d 6'h x 5'w
3081801HO009 4,448,508 mN 6h x 5w x 35d; opening caved to 3.5h x 6w; Bat Excl BACKFILL (Equip) 50 cy
259,733 mE faceup trench 7w x 15l x 6d; 15d declined Fill faceup also.
sidecut and 6d raise inside

3081801HO010 4,448,536 mN 6h x 5w x 65d; opening caved to 2.5h x 4w; BACKFILL (Hand) 20 cy


259,074 mE faceup trench 6w x 15l x 7d Very difficult access up steep slope.
3081801HO011 4,449,575 mN est 6h x 5w x 35+d; opening caved to 2h x BACKFILL (Hand) 15 cy
260,288 mE 3w; faceup trench 10w x 19l x 5d
3081801IO001 4,449,809 mN 3.5h x 8w x 30d; opening caved to 2.5h x BACKFILL (Equip) 50 cy
259,420 mE 6w; collar 10 x 12; faceup trench 8w x 13l x
13d
3081801IO002 4,448,857 mN 8h x 5w x 100+d; opening 5h x 6w; NR Elig* REBAR GRATE 42 sf
259,523 mE intersects 01HO006 at 20d 6' x 7', pinned. Install grate against
brow approx 30deg from horiz.
Grate may need concrete footer on
sill.
3081801IO003 4,448,805 mN 9 x 10 at collar, narrows to 4h x 6w at 10d, NR Elig* BACKFILL (Equip) 15 cy
259,341 mE drift 4h x 6w x 15d Fill drift portion only.
3081801IO004 4,448,839 mN 5h x 5w x 40d; collar/faceup 10h x 8w x 7d; NR Elig* REBAR GRATE 64 sf
259,322 mE occasional timbers inside; pole lying on 8' x 8', pinned. Install grate at angle
dump against brow. Grate may need
concrete footer on sill.

Locations and dimensions are approximate and have not been field verified. Construction quantities are estimated and will be comfirmed at time of construction. Construction
quantities are stated in square feet (sf) for walls, gates, and grates; cubic yards (cy) for backfills; and cubic feet (cf) for PUF and concrete. UTM coordinates are all in Zone 12, NAD83.
Dimensions are in feet. h=high/height, w=wide/width, l=long/length, d=deep/depth, diam=diameter, unk=unknown, x=by, est=estimated, w/=with, ~ or approx=approximately,
deg=degree, na=not applicable. Compass directions=N, NW, E, SE, S, etc. Special conditions: Bats Excl=Bat exclusion required, NR Elig=National Register eligible site. An asterisk
(*) after “NR Elig” means the site has the standard cultural resource precaution: “Avoid impacts to features surrounding openings. If backfilled by machine, maintain dump contour
lines.” Consult with OWNER for additional protections at other National Register eligible sites without the asterisk.
5: 34
Appendix A
Site Descriptions & Mine Closure Schedule

UTM Description of Mine Opening Special Estimated


Site ID/Tag No. Closure Method/Comment
Coordinates Dimensions/Key Features Conditions Quantity
3081801IO005 4,448,340 mN 5h x 6w x 50d; opening 8h x 9w; next to Bat Excl BACKFILL (Equip) 80 cy
259,962 mE drainage channel; dump mostly washed Get fill from wash bottom piles as
away; also untagged prospect 50' upslope directed by OWNER.

3081801IO006 4,448,785 mN est 6h x 6w x unkd; appears to be a Bat Excl BACKFILL (Equip) 50 cy


258,938 mE backfilled adit that has sloughed open;
opening 1h x 4w; slough cone 10 x 10 x 8d

3081801SH001 4,448,719 mN 12 x 14 x 30d; bells out inside, undercut on Bat Excl BACKFILL (Equip) 200 cy
259,005 mE on N side; located in floor of 200 x 300 Approach with caution-- hole is
reclaimed open pit mine undercut on N side; ground may be
unstable.
3081801VO001 4,449,691 mN 6 x 8 x 45d; collar 9 x 12 x 6d; short alcove Bat Excl BACKFILL (Hand) 70 cy
260,169 mE on N (uphill) side; timber prop across Fill up to level of alcove.
alcove; downhill side of collar built up 6'

3081801VO002 4,449,731 mN 7 x 10 x 8d BACKFILL (Hand) 13 cy


260,123 mE
3081801VO003 4,448,676 mN 5.5 x 7 x 43d; timber sets/lagging to 10d; NR Elig PUF 1 ls
259,363 mE ladder, vent pipe Bat Excl PUF plug 12' thick PUF recessed 3'
below grade
= 504 cf PUF, 40 cf concrete
3081801VO004 4,448,515 mN complex geometry; inclined; 3h x 9w at BACKFILL (Equip) 40 cy
259,719 mE brow, narrows to 4h x 6w at 6d, then goes Fill faceup also.
7d (total 13d); faceup/collar 9 x 14 x 4d;
1.5h x 4w x 6l crosscut on SE (uphill) side
of collar
3081801VO005 4,448,332 mN 9 x 10 x 17d; timbers at collar; ladder; two Bat Excl BACKFILL (Equip) 75 cy
258,902 mE notched vertical planks extend above Fill faceup also.
grade; off vertical

Locations and dimensions are approximate and have not been field verified. Construction quantities are estimated and will be comfirmed at time of construction. Construction
quantities are stated in square feet (sf) for walls, gates, and grates; cubic yards (cy) for backfills; and cubic feet (cf) for PUF and concrete. UTM coordinates are all in Zone 12, NAD83.
Dimensions are in feet. h=high/height, w=wide/width, l=long/length, d=deep/depth, diam=diameter, unk=unknown, x=by, est=estimated, w/=with, ~ or approx=approximately,
deg=degree, na=not applicable. Compass directions=N, NW, E, SE, S, etc. Special conditions: Bats Excl=Bat exclusion required, NR Elig=National Register eligible site. An asterisk
(*) after “NR Elig” means the site has the standard cultural resource precaution: “Avoid impacts to features surrounding openings. If backfilled by machine, maintain dump contour
lines.” Consult with OWNER for additional protections at other National Register eligible sites without the asterisk.
5: 35
Appendix A
Site Descriptions & Mine Closure Schedule

UTM Description of Mine Opening Special Estimated


Site ID/Tag No. Closure Method/Comment
Coordinates Dimensions/Key Features Conditions Quantity
3081812HO001 4,448,268 mN 6h x 5w x 20d; opening caved to 3h x 4w; BACKFILL (Equip) 50 cy
260,027 mE faceup trench 9w x 30l x 5d; claim cairn 50' Fill faceup also.
to W

Locations and dimensions are approximate and have not been field verified. Construction quantities are estimated and will be comfirmed at time of construction. Construction
quantities are stated in square feet (sf) for walls, gates, and grates; cubic yards (cy) for backfills; and cubic feet (cf) for PUF and concrete. UTM coordinates are all in Zone 12, NAD83.
Dimensions are in feet. h=high/height, w=wide/width, l=long/length, d=deep/depth, diam=diameter, unk=unknown, x=by, est=estimated, w/=with, ~ or approx=approximately,
deg=degree, na=not applicable. Compass directions=N, NW, E, SE, S, etc. Special conditions: Bats Excl=Bat exclusion required, NR Elig=National Register eligible site. An asterisk
(*) after “NR Elig” means the site has the standard cultural resource precaution: “Avoid impacts to features surrounding openings. If backfilled by machine, maintain dump contour
lines.” Consult with OWNER for additional protections at other National Register eligible sites without the asterisk.
5: 36
Appendix A
Site Descriptions & Mine Closure Schedule

SITES LISTED BY CLOSURE TYPE AND ESTIMATED QUANTITY

BACKFILL (Hand) Total: 31 sites, 614 cy


3071731VO021 4 cy 3081706HO022 10 cy 3081706HO014 16 cy 3071729HO001 28 cy
3081801HO001 4 cy 3081706VO012 11 cy 3081706HO023 20 cy 3081706HO011 30 cy
3081706HO012 6 cy 3081707HO003 12 cy 3081706VO013 20 cy 3081708IO004 30 cy
3081706HO019 7 cy 3081801VO002 13 cy 3081708IO003 20 cy 3081707VO002 35 cy
3071731HO003 8 cy 3081708VO009 14 cy 3081801HO010 20 cy 3081708VO002 44 cy
3081706VO009 8 cy 3081708HO007 15 cy 3071731VO020 22 cy 3081706VO007 47 cy
3081706HO010 10 cy 3081801HO002 15 cy 3081706HO021 25 cy 3081801VO001 70 cy
3081706HO018 10 cy 3081801HO011 15 cy 3081706HO024 25 cy

BACKFILL (Equip) Total: 99 sites, 6715 cy


3071731VO016 6 cy 3081706HC001 20 cy 3081708HO006 35 cy 3081705VO001 85 cy
3071731HO006 7 cy 3071730HO001 25 cy 3081709VO001 35 cy 3081705VO004 85 cy
3071733VO002 8 cy 3071730VO002 25 cy 3071731VO011 40 cy 3071733VO004 100 cy
3071731VO015 10 cy 3071731HO007 25 cy 3081705VO003 40 cy 3081705IO001 100 cy
3071836PT005 10 cy 3071731HO013 25 cy 3081706VO001 40 cy 3081705IO002 100 cy
3071836VO002 10 cy 3071731VO004 25 cy 3081707HO002 40 cy 3081708VC002 100 cy
3071836VO003 10 cy 3071731VO005 25 cy 3081708HO002 40 cy 3081717VO001 100 cy
3071836VO010 12 cy 3071836VO006 25 cy 3081801VO004 40 cy 3081706VO003 105 cy
3081708VO001 12 cy 3071836VO007 25 cy 3071731VO018 50 cy 3081708VO006 110 cy
3081801HO007 12 cy 3081706HO003 25 cy 3071836VO009 50 cy 3071731VO012 115 cy
3071836VO001 13 cy 3081706HO007 25 cy 3081706HO004 50 cy 3081707VO005 120 cy
3071731PT002 15 cy 3081706HO008 25 cy 3081801HO009 50 cy 3081708IO002 125 cy
3071731VO003 15 cy 3081708IO001 25 cy 3081801IO001 50 cy 3071731HO001 140 cy
3071836HO001 15 cy 3081708VO005 25 cy 3081801IO006 50 cy 3081706VO002 140 cy
3081705VO006 15 cy 3081708VO007 25 cy 3081812HO001 50 cy 3081707VO004 140 cy
3081706HO001 15 cy 3081721VO001 25 cy 3071836IO001 55 cy 3081706SH002 150 cy
3081708HO005 15 cy 3081709IO002 26 cy 3081706VO005 55 cy 3081721VO002 150 cy
3081801IO003 15 cy 3071730VO003 30 cy 3071729VO001 60 cy 3071731VO022 200 cy
3071733VO001 16 cy 3071730VO008B 30 cy 3071731VO006 60 cy 3071836VO004 200 cy
3071733VO005 16 cy 3071731IO001 30 cy 3081706IO001 60 cy 3081708VO004 200 cy
3081706VO019 16 cy 3071731PT003 30 cy 3071731VO023 65 cy 3081801SH001 200 cy
3081708VO003 16 cy 3071731VO010 30 cy 3071733VO006 70 cy 3071731VO009 225 cy
3071731VO008 20 cy 3081706VO004 30 cy 3081801VO005 75 cy 3071731VO001 400 cy
3071733VO003 20 cy 3081717VO002 30 cy 3081705VO005 80 cy 3071731VO014 1000 cy
3081705HO001 20 cy 3071836VO008 35 cy 3081801IO005 80 cy

5: 37
Appendix A
Site Descriptions & Mine Closure Schedule

BAT GATE Total: 8 sites, 302 sf, plus 1 CMP gate


3071730HO003 30 sf 5'h x 6'w 3081706HO005 42 sf 7'h x 6'w
3071731HO004 30 sf 6'h x 5'w 3081706HO016 42 sf 7'h x 6'w
3081706HO009 30 sf 6'h x 5'w 3081706HO026 56 sf 7'h x 8'w
3081801HO006 30 sf 6'h x 5'w 3081707HO001 1 ls 36" diameter CMP.
3071731HO002 42 sf 7'h x 6'w

REBAR GRATE Total: 22 sites, 2322 sf


3081801IO002 42 sf 6' x 7' 3081801IO004 64 sf 8' x 8'
3071730VO007 48 sf 6' x 8' 3081706IO002 70 sf 7' x 10'
3081706VO008 48 sf 6' x 8' 3081706VO006 80 sf 8' x 10'
3081706VO011 49 sf 7' x 7' 3081706VO010B 83 sf 7’ x 9’ & 4’ x 5’
3081706VO018 54 sf 6' x 9' 3081708VO008 104 sf 8' x 13'
3071731IO002 56 sf 7' x 8' 3071730VO005 110 sf 10' x 11' **
3071731VO019 56 sf 7' x 8' 3071731VO002 135 sf 9' x 15' **
3081707VO001 56 sf 7' x 8' 3081706VO022 140 sf 10' x 14'
3081706SH001 60 sf 6' x 10' 3081706VO016 161 sf 7' x 23’
3081706VO010A 63 sf 7' x 9' 3071730VO004 255 sf 15' x 17' **++
3081709IO001 63 sf 7' x 9' 3081706VO021 525 sf 21' x 25' ++

All rebar grates are “pinned” except for the three indicated with asterisks (**) that require a grade beam (30VO005, 31VO002, 30VO004).
The two grates requiring an I-beam are indicated with a “++” sign (30VO004, 06VO021). Site 06VO021 has an I-beam but no grade beam.

WALL (Block) Total: 10 sites, 302 sf


3081706HO006 25 sf 5'h x 5'w 3081801HO003 30 sf 6'h x 5'w
3081706HO017 25 sf 5'h x 5'w 3081801HO004 30 sf 6'h x 5'w
3071731HO012 30 sf 6'h x 5'w 3081801HO008 30 sf 6'h x 5'w
3081706HO015 30 sf 6'h x 5'w 3071731HO010 36 sf 6'h x 6'w
3081706HO020 30 sf 5'h x 6'w 3081706HO025 36 sf 6'h x 6'w

WALL (Stone) Total: 5 sites, 143 sf


3081706HO021A 13 sf 5'h x 2.5'w
3071731HO005 16 sf 4'h x 4'w
3081706HO027 36 sf 6'h x 6'w
3081706HO028 36 sf 6'h x 6'w
3071731HO011 42 sf 7'h x 6'w

5: 38
Appendix A
Site Descriptions & Mine Closure Schedule

PUF Total: 8 sites, 3755 cf PUF, 287 cf concrete, 4 CMP

3071731VO007 PUF plug 14' thick = 686 cf PUF, 30 cf concrete


3071731VO013 PUF plug 11' thick = 330 cf PUF, 30 cf concrete
3081705VO002 PUF plug 10' thick = 250 cf PUF, 23 cf concrete
3081801VO003 PUF plug 12' thick = 504 cf PUF, 40 cf concrete
3071730VO001 PUF plug 14' thick = 548 cf PUF, 27 cf concrete, 24" diameter CMP
3071733VO007 PUF plug 12' thick = 322 cf PUF, 19 cf concrete, 24" diameter CMP
3071836VO005 PUF plug 13' thick = 583 cf PUF, 45 cf concrete, 24" diameter CMP
3081706VO014 PUF plug 13' thick = 532 cf PUF, 73 cf concrete, 36" diameter CMP

An additional estimated 27 cf of PUF will be required for the “COMPOUND” closure at site 30VO006 (see below).

COMPOUND Total: 2 sites

3071730VO006 105 sf REBAR GRATE (7' x 15’, pinned); 27 cf PUF; 10 cy BACKFILL (Equipment)
3071730VO008A 64 sf WALL (Stone, est 8'h x 8'w); 50 cy BACKFILL (Equipment)

NONE (No mine closure work required) Total: 16 sites inventoried as “open” features (tag number feature codes: HO, IO, VO) These sites
are shown on the maps (as small yellow triangles) as navigational aids, but are not labeled.

3071729HO002 3071731VO017 3081706VO017 3081708HO003


3071730HO002 3081706HO002 3081706VO020 3081708HO004
3071731HO008 3081706HO013 3081707VO003 3081717IO001
3071731HO009 3081706VO015 3081708HO001 3081801HO005

5: 39
Appendix A
Site Descriptions & Mine Closure Schedule

NONE (No mine closure work required) Total: 370 sites inventoried as “closed” features (tag number feature codes: PR, PT. HC, VC, HP, VP, TR).
These sites are shown on the maps (as small yellow triangles) as navigational aids, but are not labeled.

3071729PR001 3071731PT015 3071836PR010 3081705TR003 3081706PT006 3081707VP003 3081708VP013 3081709VP007 3081801VC001


3071730PR001 3071731PT016 3071836PR011 3081705TR004 3081706PT007 3081707VP004 3081708VP014 3081709VP008 3081801VP001
3071730PR002 3071731PT017 3071836PR012 3081706HC002 3081706PT008 3081707VP005 3081708VP015 3081716VP001 3081801VP002
3071730PR003 3071731PT018 3071836PR013 3081706HP007 3081706PT009 3081707VP006 3081708VP016 3081721VP001 3081801VP003
3071730PT001 3071731PT019 3071836PR014 3081706HP008 3081706PT010 3081707VP007 3081708VP017 3081801HP001 3081801VP004
3071730PT002 3071731PT020 3071836PR015 3081706HP009 3081706PT011 3081707VP008 3081708VP018 3081801HP002 3081801VP005
3071730PT003 3071731PT021 3071836PT001 3081706HP010 3081706PT012 3081707VP009 3081708VP019 3081801HP003 3081801VP006
3071730PT004 3071731PT022 3071836PT002 3081706HP011 3081706PT013 3081707VP010 3081708VP020 3081801HP004 3081801VP007
3071730PT005 3071731PT023 3071836PT003 3081706HP012 3081706VP014 3081708HC001 3081708VP021 3081801HP005 3081801VP008
3071730PT006 3071731PT024 3071836PT004 3081706HP013 3081706VP015 3081708HC002 3081708VP022 3081801HP006 3081801VP009
3071730PT007 3071731PT025 3071836PT006 3081706HP014 3081706VP016 3081708HC003 3081708VP023 3081801HP007 3081801VP010
3071731HC001 3071731PT026 3071836PT007 3081706HP015 3081706VP017 3081708HP001 3081708VP024 3081801HP008 3081801VP011
3071731HC002 3071731PT027 3071836PT008 3081706HP016 3081706VP018 3081708HP002 3081708VP025 3081801HP009 3081801VP012
3071731PR001 3071731PT028 3071836PT009 3081706HP017 3081706VP019 3081708HP003 3081708VP026 3081801HP010 3081801VP013
3071731PR002 3071731PT029 3071836PT010 3081706HP018 3081706VP020 3081708HP004 3081708VP027 3081801HP011 3081801VP014
3071731PR003 3071731PT030 3071836PT011 3081706HP019 3081706VP021 3081708HP005 3081708VP028 3081801HP012 3081801VP015
3071731PR004 3071731PT031 3071836PT012 3081706HP020 3081706VP022 3081708HP006 3081708VP029 3081801HP013 3081801VP016
3071731PR005 3071731PT032 3071836VP013 3081706HP021 3081706VP023 3081708HP007 3081708VP030 3081801HP014 3081801VP017
3071731PR006 3071731PT033 3071836VP014 3081706HP022 3081706VP024 3081708HP008 3081708VP031 3081801HP015 3081801VP018
3071731PR007 3071731PT034 3071836VP015 3081706HP023 3081706VP025 3081708HP009 3081708VP032 3081801HP016 3081801VP019
3071731PR008 3071731TR001 3081704VP001 3081706HP024 3081706VP026 3081708HP010 3081708VP033 3081801HP017 3081801VP020
3071731PR009 3071731TR002 3081704VP002 3081706HP025 3081706VP027 3081708HP011 3081708VP034 3081801HP018 3081801VP021
3071731PR010 3071731TR003 3081705PR001 3081706HP026 3081706VP028 3081708HP012 3081708VP035 3081801HP019 3081801VP022
3071731PR011 3071731TR004 3081705PR002 3081706HP027 3081706VP029 3081708HP013 3081708VP036 3081801HP020 3081801VP023
3071731PR012 3071731TR005 3081705PT001 3081706HP028 3081706VP030 3081708HP014 3081708VP037 3081801HP021 3081801VP024
3071731PR013 3071731TR006 3081705PT002 3081706HP029 3081706VP031 3081708HP015 3081708VP038 3081801HP022 3081801VP025
3071731PR014 3071731VP035 3081705PT003 3081706HP030 3081706VP032 3081708HP016 3081708VP039 3081801HP023 3081801VP026
3071731PR015 3071732PT001 3081705PT004 3081706HP031 3081706VP033 3081708HP017 3081708VP040 3081801HP024 3081801VP027
3071731PR016 3071732PT002 3081705PT005 3081706HP032 3081706VP034 3081708HP018 3081708VP041 3081801HP025 3081801VP028
3071731PR017 3071733PT001 3081705PT006 3081706HP033 3081706VP035 3081708VC001 3081708VP042 3081801HP026 3081801VP029
3071731PT001 3071733PT002 3081705PT007 3081706HP034 3081706VP036 3081708VP001 3081708VP043 3081801HP027 3081801VP030
3071731PT004 3071836HC001 3081705PT008 3081706PR001 3081707HP001 3081708VP002 3081708VP044 3081801HP028 3081801VP031
3071731PT005 3071836HP016 3081705PT009 3081706PR002 3081707HP002 3081708VP003 3081709HP001 3081801HP029 3081801VP032
3071731PT006 3071836PR001 3081705PT010 3081706PR003 3081707HP003 3081708VP004 3081709HP002 3081801HP030 3081812HP001
3071731PT007 3071836PR002 3081705PT011 3081706PR004 3081707HP004 3081708VP005 3081709HP003 3081801HP031
3071731PT008 3071836PR003 3081705PT012 3081706PR005 3081707HP005 3081708VP006 3081709HP004 3081801HP032
3071731PT009 3071836PR004 3081705PT013 3081706PR006 3081707HP006 3081708VP007 3081709VP001 3081801HP033
3071731PT010 3071836PR005 3081705PT014 3081706PT001 3081707HP007 3081708VP008 3081709VP002 3081801HP034
3071731PT011 3071836PR006 3081705PT015 3081706PT002 3081707HP008 3081708VP009 3081709VP003 3081801HP035
3071731PT012 3071836PR007 3081705PT016 3081706PT003 3081707HP009 3081708VP010 3081709VP004 3081801HP036
3071731PT013 3071836PR008 3081705TR001 3081706PT004 3081707VP001 3081708VP011 3081709VP005 3081801HP037
3071731PT014 3071836PR009 3081705TR002 3081706PT005 3081707VP002 3081708VP012 3081709VP006 3081801HP038

5: 40
Appendix B: Revegetation Seed Mix

Gold Hill Seed Mix

Seed Mix Composition


Pounds
Common Name Scientific name PLS/Acre

Grasses
Indian ricegrass Achnatherum hymenoides
(Stipa or Oryzopsis hymenoides)* 2.50
Bottlebrush squirreltail Elymus elymoides 1.50
Needle and thread grass Hesperostipa comata spp. comata
(Stipa comata)* 1.00
Big galleta Pleuraphis rigida
(Hilaria rigida)* 1.50
Alkali sacaton Sporobolus airoides 0.25
Sand dropseed Sporobolus cryptandrus 0.10

Forbs
Sulfur buckwheat Eriogonum umbellatum 0.20
White evening primrose Oenothera pallida 0.25
Munro globemallow Sphaeralcea munroana 0.25

Shrubs
Sand sagebrush Artemisia filifolia 0.20
Fringed sagebrush Artemisia frigida 0.10
Shadscale Atriplex confertifolia 1.00
Green mormontea Ephedra viridis 0.75
====
9.60

The planting rate indicated (pounds PLS/acre) is for broadcast seeding.

PLS= Pure Live Seed

Because packaged seed contains nonviable seed, chaff, and other inert materials in addition
to live seed, the actual application rate of total seed material will be greater than 9.6 pounds
per acre.

Seed Mix Quantity Estimate

6.0 estimated acres @ 9.6 lbs PLS/acre = 57.6 lbs PLS mix required.

Because packaged seed contains nonviable seed, chaff, and other inert materials, the
actual quantity of seed material received from the supplier will be greater than 57.6
pounds.

* Some seed suppliers may still use the obsolete species names in parentheses.

5: 41
5: 42
CONSTRUCTION SPECIFICATIONS

Gold Hill Project


Reclamation Construction

Tooele County, Utah


Summer 2007

AMR/045/915

Requisition Number 560 82000000003

Chapter 6: DESIGN DRAWINGS


STANDARD MINE CLOSURE DESIGN DRAWINGS
Drawing 1 Adit Backfill Closure
Drawing 2 Shaft Backfill Closure
Drawing 3 Block Wall Closure
Drawing 4 Native Stone Wall Closure
Drawing 5 Wall and Backfill Closure
Drawing 6 Bat Gate Closure
Drawing 7 Bat Gate Closure Details
Drawing 8 Bat Gate With Door Closure
Drawing 9 Bat Gate With Door Closure Details
Drawing 10 CMP Bat Gate Closure
Drawing 11 CMP Bat Gate Closure Details
Drawing 12 CMP/Rebar Closure
Drawing 13 CMP/Rebar Closure Details
Drawing 14 Rebar Shaft Grate Closure
Drawing 15 Rebar Shaft Grate (With I-Beam)
Drawing 16 Rebar Shaft Grate (Pinned)
Drawing 17 Rebar Shaft Grate Grade Beam Details
Drawing 18 One-way Trap Door Closure Details
Drawing 19 Shaft PUF Closure
Drawing 20 Shaft PUF Closure With CMP and Grate

Note: Standard Mine Closure Drawings 8, 9, 12, 13, and 18 have been omitted from these
specifications because no work requiring them is specified in this project.
TRIM BROW OF

LOOSE, UNSTABLE
MATERIAL

2H

(5' MINIMUM)

2 MIN.
ADIT 1
1.5
DIMENSIONS
1 BACKFILL
VARY
H
HAND and/or MACHINE PLACED
RANDOM FILL

CLEAR SLOUGHED SOIL

AS NEEDED TO ACCESS

MINE INTERIOR

RECLAMATION PROJECT ADIT BACKFILL CLOSURE


STATE OF UTAH
CONSTRUCTION
NATURAL RESOURCES
Oil, Gas and Mining
SPECIFICATIONS Scale: as noted Design: LAA Drafting: JCR
Chapter 6:
Abandoned Mine Reclamation Program DESIGN DRAWINGS
Refer to Spec Section 0250 Drawing 1 of 20
FOR SETTLING
MOUND FILL TO ALLOW
FROM SHAFT
SLOPE FILL TO DRAIN AWAY
5 FT
DEPTH VARIES
RANDOM ROCK FILL

RANDOM ROCK FILL


MIRAFI 700X OR EQUIVALENT
GEOTEXTILE FILTER CLOTH

UNCONSOLIDATED SOIL/ROCK
COMPETENT ROCK

RECLAMATION PROJECT SHAFT BACKFILL CLOSURE


STATE OF UTAH
CONSTRUCTION
NATURAL RESOURCES
Oil, Gas and Mining
SPECIFICATIONS Scale: as noted Design: LAA Drafting: JCR
Chapter 6:
Abandoned Mine Reclamation Program DESIGN DRAWINGS
Refer to Spec Section 0250 Drawing 2 of 20
TYPICAL ELEVATION TYPICAL SECTION

TRIM BLOCK
TO FIT SNUGLY

8" x 8" x 15" CONCRETE BLOCK KEY WALL INTO


RIBS AND TOP CONCRETE FOOTER AND
OF OPENING REBAR ANCHOR PINS MAY
BE OMITTED WITH OWNER'S
APPROVAL WHERE THE
SILL IS COMPETENT ROCK
TURN BLOCKS TO
LOCK COURSES
TOGETHER

3"

12-18"

1/2" REBAR
ANCHOR PINS
18" MIN 20.0000

(IF REQUIRED)
PILASTER DETAIL
3" COVER

6"

24" MIN.

6"

FOOTING DETAIL
12" O.C. 24" O.C.
PLAN VIEW

RECLAMATION PROJECT BLOCK WALL CLOSURE


STATE OF UTAH
CONSTRUCTION
NATURAL RESOURCES
Oil, Gas and Mining
SPECIFICATIONS Scale: as noted Design: LAA Drafting: JCR
Chapter 6:
Abandoned Mine Reclamation Program DESIGN DRAWINGS
Refer to Spec Sections 0250-0252 Drawing 3 of 20
TYPICAL ELEVATION TYPICAL SECTION

18" MIN.

KEY WALL INTO


RIBS AND TOP CONCRETE FOOTER AND
OF OPENING REBAR ANCHOR PINS MAY
BE OMITTED WITH OWNER'S
APPROVAL WHERE THE
FILL ALL SPACES SILL IS COMPETENT ROCK
BETWEEN STONES
WITH MORTAR

3"
24" MIN.

12-18"

1/2" REBAR
ANCHOR PINS
18" MIN (IF REQUIRED)
3" COVER

6"

32" MIN.

6" FOOTING DETAIL


PLAN VIEW

12" O.C. 24" O.C.

RECLAMATION PROJECT NATIVE STONE WALL CLOSURE


STATE OF UTAH
CONSTRUCTION
NATURAL RESOURCES
Oil, Gas and Mining
SPECIFICATIONS Scale: as noted Design: LAA Drafting: JCR
Chapter 6:
Abandoned Mine Reclamation Program DESIGN DRAWINGS
Refer to Spec Sections 0250-0252 Drawing 4 of 20
TRIM BROW OF

LOOSE, UNSTABLE
MATERIAL

2H

(5' MINIMUM)

2 MIN.
ADIT 1
DIMENSIONS
BLOCK OR BACKFILL
VARY
NATIVE STONE H
WALL HAND and/or MACHINE PLACED
RANDOM FILL

CLEAR SLOUGHED SOIL

AS NEEDED TO ACCESS

MINE INTERIOR

RECLAMATION PROJECT WALL AND BACKFILL CLOSURE


STATE OF UTAH
CONSTRUCTION
NATURAL RESOURCES
Oil, Gas and Mining
SPECIFICATIONS Scale: as noted Design: LAA Drafting: JCR
Chapter 6:
Abandoned Mine Reclamation Program DESIGN DRAWINGS
Refer to Spec Sections 0250-0252 Drawing 5 of 20
TYPICAL ELEVATION TYPICAL SECTION

SUPPLEMENTAL
VERTICAL VERTICAL BAR
SUPPORT
4" x 1/2" PLATE ROOF ANCHOR PLATE
4" x 8" x 1/2"
PERIMETER BAR WELD TO ANCHOR PIN & VERT. SUPPORT

VERTICAL
ANCHOR PIN
MIN. 2 PINS SUPPORT
4" x 1/2" PLATE
PER WALL
MIN. 12" DEEP

5.5" x 24" MAX. OPENING CROSSBARS 6.5" O.C.

4" x 24" MAX. OPENING CROSSBARS 5" O.C.

GUSSETS (4" x 4") 48" MIN.


12" MIN.
LOCKBOX/REMOVABLE BAR
SEE DETAIL

4" MAX.
3"

12" MIN.

#4 REBAR
3" COVER
BARS FILLET WELD ALL INTERSECTIONS

12"

FOOTING DETAIL
PLAN VIEW

NOTE: ALL GATE STEEL TO BE 12-14%MANGANESE STEEL (MANGANAL OR EQUIV.)

RECLAMATION PROJECT BAT GATE CLOSURE


STATE OF UTAH
CONSTRUCTION
NATURAL RESOURCES
Oil, Gas and Mining
SPECIFICATIONS Scale: as noted Design: LAA Drafting: JCR
Chapter 6:
Abandoned Mine Reclamation Program DESIGN DRAWINGS
Refer to Spec Sections 0250-0253 Drawing 6 of 20
PERIMETER BAR SUPPLEMENTAL PERIMETER BAR
VERTICAL SUPPORT VERTICAL SUPPORT VERTICAL SUPPORT
THIS SECTION OF PERIMETER BAR
MUST BE ON OPPOSITE SIDE
OF GATE FROM SUPPLEMENTAL
LOCK BOX GUSSET 4" x 4" VERTICAL SUPPORT.
GUSSET 4" x 4"

2" GAP
(BAR END TO RIB)

REMOVABLE BAR

2" MAX.

1/2" MAX. 24" MAX. 24" MAX. 18" MAX.

3/4" 1/2" DIA. HOLE

VERTICAL SUPPORT

LOCK BOX
GRIND AND DRILL END OF TOP BAR TOP VIEW
1 1/8" DIA. HOLE
TO RECEIVE PADLOCK

1/2" FRONT VIEW


8"
CONTINUOUS WELD
ALL JOINTS

LOCKBOX OPEN ON BOTTOM


1" 3/4"

5"

1.25"
8"

LOCK BOX
OBLIQUE VIEW
REMOVABLE BAR DETAIL

RECLAMATION PROJECT BAT GATE CLOSURE DETAILS


STATE OF UTAH
CONSTRUCTION
NATURAL RESOURCES
Oil, Gas and Mining
SPECIFICATIONS Scale: as noted Design: LAA Drafting: JCR
Chapter 6:
Abandoned Mine Reclamation Program DESIGN DRAWINGS
Refer to Spec Sections 0250-0253 Drawing 7 of 20
TRIM BROW OF

LOOSE, UNSTABLE
MATERIAL

4' MIN
2 MIN.
1

PUF BACKFILL BAT GATE &


HEADWALL
ADIT
H CMP CULVERT (SEE DETAIL)
DIMENSIONS

VARY

HAND and/or MACHINE PLACED RANDOM FILL

PIPE BED (4" MIN. THICKNESS)

RECLAMATION PROJECT CMP BAT GATE CLOSURE


STATE OF UTAH
CONSTRUCTION
NATURAL RESOURCES
Oil, Gas and Mining
SPECIFICATIONS Scale: as noted Design: LAA Drafting: JCR
Chapter 6:
Abandoned Mine Reclamation Program DESIGN DRAWINGS
Refer to Spec Sections 0250-0254 Drawing 10 of 20
TYPICAL ELEVATION TYPICAL SECTION

PERIMETER BAR
(OUTSIDE OF CULVERT)
12" MIN.

CONCRETE HEADWALL 3" COVER


EXTENDS 12" MIN. FROM 12" MIN.

WALL OF CMP CULVERT

4" x 24" MAX. OPENING

LOCKBOX/REMOVABLE BAR CMP CULVERT CROSSBARS


SEE DETAIL 5" O.C.

12" MIN.

CROSSBARS AND
VERTICAL SUPPORTS
EXTEND 6" MIN. THROUGH VERTICAL 12" MIN. CONCRETE REINFORCEMENT:
WALL OF CMP CULVERT SUPPORT #4 REBAR, 12" O.C., ONE MAT
#4 REBAR
4" x 1/2" PLATE

NOTE: ALL GATE STEEL TO BE 12-14%MANGANESE STEEL (MANGANAL OR EQUIV.)

RECLAMATION PROJECT CMP BAT GATE CLOSURE DETAILS


STATE OF UTAH
CONSTRUCTION
NATURAL RESOURCES
Oil, Gas and Mining
SPECIFICATIONS Scale: as noted Design: LAA Drafting: JCR
Chapter 6:
Abandoned Mine Reclamation Program DESIGN DRAWINGS
Refer to Spec Sections 0250-0254 Drawing 11 of 20
12"
18"
#8 REBAR 8 FT O.C.
ANCHOR PINS

CONCRETE GRADE BEAM


REINFORCEMENT: #6 REBAR
VARIABLE, TYPICAL 10 FT TO 15 FT MAX.
SHAFT DIMENSIONS VARY

TYPICAL SECTION

TYPICAL PLAN
GRATE: #8 REBAR 8" O.C.
ALL INTERSECTIONS
FILLET WELDED AT
SEE DETAIL

12"
12"
RECLAMATION PROJECT REBAR SHAFT GRATE CLOSURE
STATE OF UTAH
CONSTRUCTION
NATURAL RESOURCES
Oil, Gas and Mining
SPECIFICATIONS Scale: as noted Design: LAA Drafting: JCR
Chapter 6:
Abandoned Mine Reclamation Program DESIGN DRAWINGS
Refer to Spec Sections 0250-0253 Drawing 14 of 20
18"

18"
#8 REBAR 8 FT O.C.
ANCHOR PINS

CONCRETE GRADE BEAM


REINFORCEMENT: #6 REBAR
VARIABLE, TYPICAL 15 FT MIN. TO 30 FT MAX.
SHAFT DIMENSIONS VARY

TYPICAL SECTION

TYPICAL PLAN
W8 x 15 I-BEAM

GRATE: #8 REBAR 8" O.C.


ALL INTERSECTIONS
FILLET WELDED AT
SEE DETAIL

12"
12"
STATE OF UTAH
RECLAMATION PROJECT REBAR SHAFT GRATE (WITH I-BEAM)
CONSTRUCTION
NATURAL RESOURCES
Oil, Gas and Mining
SPECIFICATIONS Scale: as noted Design: LAA Drafting: JCR
Chapter 6:
Abandoned Mine Reclamation Program DESIGN DRAWINGS
Refer to Spec Sections 0250-0253 Drawing 15 of 20
12" x 12" GRADE BEAM
CROSS-SECTION

12" x 18" GRADE BEAM


CROSS-SECTION
#8 REBAR GRATE

#8 REBAR GRATE
#8 REBAR
ANCHOR PIN

#8 REBAR
ANCHOR PIN
4"

4"
12"

12"
4"

4"
4"

4"
4"

4"

4"
CONCRETE REINFORCEMENT

CONCRETE REINFORCEMENT
#6 REBAR

#6 REBAR
18"

18"
18"

12"

RECLAMATION PROJECT REBAR SHAFT GRATE GRADE BEAM DETAILS


STATE OF UTAH
CONSTRUCTION
NATURAL RESOURCES
Oil, Gas and Mining
SPECIFICATIONS Scale: as noted Design: LAA Drafting: JCR
Chapter 6:
Abandoned Mine Reclamation Program DESIGN DRAWINGS
Refer to Spec Sections 0250-0253 Drawing 16 of 20
#8 REBAR
ANCHOR PIN

12 IN MIN.

#8 REBAR
ANCHOR PIN
SHAFT DIMENSIONS VARY

BETWEEN ANCHOR PINS


TYPICAL SECTION

TYPICAL PLAN
GRATE: #8 REBAR 8" O.C.
ALL INTERSECTIONS
FILLET WELDED AT
8 FT MAX.
#8 REBAR
ON ANCHOR PINS
SUPPORT BAR

#8 REBAR
ON ANCHOR PINS
SUPPORT BAR

STATE OF UTAH RECLAMATION PROJECT REBAR SHAFT GRATE (PINNED)


CONSTRUCTION
NATURAL RESOURCES
Oil, Gas and Mining
SPECIFICATIONS Scale: as noted Design: LAA Drafting: JCR
Chapter 6:
Abandoned Mine Reclamation Program DESIGN DRAWINGS
Refer to Spec Sections 0250-0253 Drawing 17 of 20
Design: LAA Drafting: JCR

Drawing 19 of 20

RANDOM ROCK FILL


SLOPE FILL TO DRAIN AWAY
SHAFT PUF CLOSURE (Polyurethane Foam)

FROM SHAFT
MOUND FILL TO ALLOW
FOR SETTLING
UNCONSOLIDATED SOIL/ROCK
2 FT
GEOTEXTILE FILTER CLOTH
MIRAFI 700X OR EQUIVALENT
1 FT MAX. Refer to Spec Sections 0250-0254
CONCRETE
SLOPE TO DRAIN (2%MIN.)
Scale: as noted
2" DIAM. STEEL PIPE

RECLAMATION PROJECT

DESIGN DRAWINGS
POLYURETHANE FOAM (PUF)

SPECIFICATIONS
CONSTRUCTION

Chapter 6:
PUF DEPTH VARIES

Abandoned Mine Reclamation Program


SEE SECTION 0254
FOR PUF DEPTH

NATURAL RESOURCES
FORMULA

STATE OF UTAH

Oil, Gas and Mining


COMPETENT ROCK
BOTTOM FORM
Design: LAA Drafting: JCR
SHAFT PUF CLOSURE WITH CMP AND GRATE

Drawing 20 of 20

STEEL GRATE/HEADWALL
SEE CMP BAT GATE CLOSURE DETAILS
IN DRAWING 11 AND SECTION 0253
OMIT LOCKBOX AND REMOVABLE BAR
UNCONSOLIDATED SOIL/ROCK
DEPTH VARIES
CONCRETE
1 FT MIN.
SLOPE TO DRAIN (2%MIN.) Refer to Spec Sections 0250-0254
Scale: as noted
CMP CULVERT
DIAMETER AS SPECIFIED
IN SECTION 0300
MANUFACTURE AS SPECIFIED
IN SECTION 0253 PART 2.02

RECLAMATION PROJECT

DESIGN DRAWINGS
SPECIFICATIONS
CONSTRUCTION
POLYURETHANE FOAM

Chapter 6:
DEPTH VARIES

Abandoned Mine Reclamation Program


SEE SECTION 0254
FOR PUF DEPTH

NATURAL RESOURCES
FORMULA

STATE OF UTAH

Oil, Gas and Mining


COMPETENT ROCK
BOTTOM FORM
CONSTRUCTION SPECIFICATIONS

Gold Hill Project


Reclamation Construction

Tooele County, Utah


Summer 2007

AMR/045/915

Requisition Number 560 82000000003

Chapter 7: MAPS
Chapter 7: Maps

Map 1: Project Location & Access

Scale: 1:633,600 1 inch = 10 miles

Layout: 8½” x 11” (Letter), portrait orientation

Content:
This map sheet shows the project area location and regional access from major roads.

Map 2: Mine Locations & Specified Closures

Scales:
Main Map of Project Area 1:12,000 1 inch = 1,000 feet
Inset: Project Area Location and Access 1:633,600 1 inch = 10 miles
Inset: Gold Hill Mine Detail (Sec. 6 NW¼) 1:6,000 1 inch = 500 feet

Layout: 24” x 36” (Arch D), portrait orientation

Content:
This map sheet shows the project area location, project boundary, regional access, land status,
patented mining claim boundaries, mine opening locations, proposed mine closure methods (as
color-coded dots), local access routes, and the public land survey grid on a topographic base.

Notes:
To reduce clutter, only mine openings with proposed closures are labeled. Mine openings are
labeled with a truncated form of the site ID number (AMRP tag number). The full ID number can be
inferred from the mapped location of the mine opening (township, range, section) and the map
label (e.g. VO5).

See Part 1.03.C in Section 0300: Specific Site Requirements of the construction specifications for
a description of the site identification system used to label the mine sites on the maps.

Locations of symbols for shafts, adits, and other features may be off by as much as 50-100 feet
(0.1 inch at map scale) due interference by terrain with the GPS surveys and as an artifact of how
the mapping software plots the symbols.

This oversized map sheet (Map 2) is not bound in printed copies if these specifications. It is
collated into electronic (pdf) versions of these specifications at the end of the document to keep
consistent pagination and to simplify printing.
±
To Elko, NV
~110 miles

] Exit 410

Exit 2

§
¦
¨

!
!
West Wendover, NV I-80 Scale: 1 inch = 10 miles
Wendover, UT

]
0 5 10
To Salt Lake City
~120 miles
Miles

t
u
26.0
US
93A
Drawn by: JCR/UDOGM
June 30, 2006

Dugway
Road segment
NEVADA

MP 28 Proving
UTAH
Grounds mileages shown
Signs for in red.
Ibapah
Gold Hill
Partoun
!

&
Goshute
Ind. Res.
16.4
]

To Ely, NV
~92 miles
MP 28 !
Gold
Hill
11.4 Project
Sign for Area
Gold Hill
Gold Hill
12.9
5.0
MP 15 6.1
!
Expr
es s 19.1 Salt Lake City
Pony nyon
Sign for Ca Old Lincoln
Ov

3.2 13.7 Highway


e

Pony
r la

Ibapah
nd

Express Gold Hill Project


Ca
n

Road
yo
n

Area Shown
10.6 Tooele
County 4.1
]

Po
To Hwy US-93 ny
Ex
~53 miles Juab pre
ss
Goshute Callao Tra
To Ely, NV County il
]

Indian
~92 miles
Reservation
To Hwy U-36
(5 miles north
of Vernon)
~93 miles

Gold Hill Project


Construction Specifications
Abandoned Mine Reclamation Program
Utah Division of Oil, Gas & Mining Chapter 7 - Maps
1594 West North Temple, Suite 1210
P.O. Box 145801 Map 1
Salt Lake City, Utah 84114-5801 Project Location & Access
R18W
R17W
!
(
VO1
Unmapped fork in road here.
Unmapped road to SE is more
distinct than the mapped road.
#
* (

#
*
30 29
HO1
!
(
#
*
#
*
!
(
VO1

VO2 !
(
!
( VO3

#
* VO4 VO7
*#
#* VO8A #
* HO1
!
( !
( #
*!
( !
(
!!
(# !
(
HO3 ( *#
#
**!
( VO8B
#
*
VO6
VO5
Road trace
faint, nearly
VO2 !
(!
(
VO3 # *# obliterated.
*
VO1 !( #
*#
*#
*

!
(
#
*#
* VO4
PT2 !
(
!
(
PT3

IO1
!
(
VO9 !
(
#
*
!
(
!
( HO5
HO7 !
( !
( HO4 VO13

36
#
**
# HO1 #
*!
( #
* !
To Hwy US-93A !
( !( HO3 !
( (
HO6 VO5
VO10 !
(#
* #
*!(!
(
28 Miles VO8 #
*
VO6
VO7
To Wendover #
*

!
31
#
* #
*
#
* #
54 Miles *
#
*
VO4 VO3

32
# !
( !
(
*

33
#
*
(#
VO10 !*
#
*
#
*
!
( VO6
*#*(( VO3
!!
VO21 #
*
# ##
* * #
*# #
*
#
* #
* * #
# * VO2
#
*#
VO20* !(!
(
#
* #
* !
(
* VO19 # VO22 VO7
#
* * !
( !
(
!
( #
* *!
# ( ( VO12
! VO1 VO2
#
* VO4 VO9 !
( HO11 !
(#
!
( VO11 HO2 * !
(
VO5 Road trace
#
* !
( *#
# * VO23#!
(* !
(
HO1 !
(#
*!
(#*
!
( IO1 #
*#
* #
* * # #
*
#
*
faint, nearly
PT5 #
* HO12 obliterated.
VO8 VO7 !
( !
( !
( #
* #
*

#
* ( VO6
! #
*
* VO18
#
#
*
#
* #!
*(
#
*

T7S
!
( #
* HO13
VO5
#
* #
*
#
*
#*#
*#*
IO2

T8S
#
* # !
( #
*
#
* #
*#
* * #
* VO1 !( VO14
!
(! #
*
#
* #
* ( #
*
HO10 #
*
IO1 #
* #
* !
( # #
* #
* #
Gold Hill #
*!
(
#
*
VO15 #
*
*#
#*
*
!
(
#
*
#
* #
*
*
ut
VO2 VO16
#
*
#
* ed O et
Town #
*
#
*
!
(
#
*
#
*
h
as Fe
W 800

T7S
#
*# #
* #
*
*!
( #
* a d 1
!
(
VO1 #
* VO1 Ro irst
#
* F
#
* HO11
#
* #
*
#
*#* HO1 !
( !
(

T8S
#
* #
* IO2 VO2
#
*
*!(
#
*#* HO19 #
*!
((
!
#
VO19 !
(
#
* !
( #
*
HO2 !
( HO20 #
*
#
*
#
* VO18 !(
HO26
!
(!( VO22 #
*
!
( #
* ( VO21
!
#
* HO27 #*#
*# *!
(
HO3 See inset map below HO28 ! ( ##
**
#
*
HO25 !(
!
( HO24
(#
! *
!
( HO21
*!
HO23HO22 #(!( VO12

1
* !(!
(! VO11 #
*
(#
! (
!
(!
(
#
*
#
* VO16 ! ( VO10A
VO10B ( HO3
!
#
*
VO9 HO4 !
(
#
* !
( HO18 #
* #
*
#
* VO14 #
*
!
(
VO13 #
*
#
* ! HO1
* (
# VO1

6
#
* !
( #
*
#
* # #
*# !
( *##
# * * #
# * *
#
#
* * HO4 #
*
* #
* HO12 HO17 *
HO1
#
* IO1 #
*
VO5

5
#
* #
* !
( # !
( !
(

4
* HO6 VO7 ! #
* * !
# ( !
(
#
*#* ( #
*
IO4 *!
#(
!
( IO2 VO3 #
*
#
* HO8 ! (!
( #*#
#
***
!
( VO8 !
( #
* #
* #
* #
*
#
*
!
( IO6 IO3 #*
!
(!
( #
#
* #
* !
( #
* !
(
#
*#
* #
*HO7 #
*#
*
#
* HO5 (!
( HO8 IO2 IO1
#
* !!
((
HO16 SH1 !
To Ibapah !
(
SH1
#
*
#
*
#
* #
*
#
*
HO15 !
(!#
*#
!
(
(#
*!* #
*
(
*!
#( HC1
#
* ( HO6#
*
via Clifton Flat & VO3 !
(
*!
# (
#
*
VO4
!
#
* !
(
#
*
#
*
#
* HO14 #
*#
* #
* SH2 #
*
Pony Express Cyn #
* #
* #
* HO7
HO10 #
* VO5 #
*
14 Miles !
(
#
*
VO4 !
(#
* VO6
#
*
#
* !
(! !
( HO11 #
*
HO9

!
( !
(
#
* #
* !
(
#
* #
* HO10 #
*#* #
* VO6
( VO4
#
* #
* #
*#
*
#
* !
( HO9 !
#
* #
* #
* VO3 !
(
!
(
#
* #
* #
* VO2
#
*#*#* #
* IO5
#
* * #
# *
VO5 !( #
* !
( #
*
#
*
* HO1
# #
*
!
( #
*
#
*

#
*
#
*
VO2 !
( #
*
HO3 !
( #
*
!
(
#
* HO5
#
* #
*
#
* !
(!
IO1
(
VO6
#
*
#
*
#
*
HO2
!
( #
* #
*
#
*

#
*
#
*
#
* #
* #
*
#
* #
*
#
*#* #
* #
*
#
*

#
* VO2 #
* Broad, sandy
!
( #
* !
( drainage channel
#
*
#
* VO1

12 7
#
* #

8
!
( VO1 #
* IO4 * OK for trackhoe
VO4
* !
(

9
#!
*(#
* #
* # #
* or ATV.
!
( #
*
#
* !
( IO3
HO1 #
*#
*
#
*
#
*
( VO3
! #
* VO8
#
* #
*# #
* IO2
#
* HO7 *!
(!
( VO9
!
(#
* #
*#
* !
(
#
* #
* #
*
#
*
#
*
!
( #
*
VO1 #
* #
* *#
# * #
*
#
*
#
* ! #
* #
*#
* #
*#
*
(
VC2
#
* #
*#
*
#
* #
*
#
* #
*
!
( #
* Road trace
!
( IO2 VO4 #
*
#
* #
* #
*# faint, nearly
!
( #
*#
*# *
#
* VO7 * #
* obliterated.
VO5 !
( VO5 #
* #
*
#
*
!
( #
* HO6
!
( *IO1
#
#
*
#
* !
(

Rocky ledge #
*
3'h x 10'w
in wash. !
( HO2 #
*
#
*

No vehicle shortcut to
Inset: Project Area Location and Access Alternate
Rodenhouse Wash. #
*
Narrow, rocky trackhoe
Impassable ledges
segments of route past
#
* in creekbed.
wash may prevent narrows. !
(
0 5 10 trackhoe access VO2
To Elko, NV to HO6, VO7, IO2. !
(
VO1
~110 miles Miles

] Exit 410
Road segment
mileages shown
in red. Sign
< Minnehaha Spr
< East Wells Spr
Exit 2 < Jurry Spr

§
¦
¨
!
!

West Wendover, NV Wendover, UT I-80 Inset: Gold Hill Mine Detail (Sec. 6 NW 1/4)
]

To Salt Lake City VO1

17
~120 miles !
(

t
u 16
US
93A

26.0 To Callao
19 Miles
!

Dugway #
* IO2
NEVADA

#
* * !
# ( !
(
MP 28 Proving ( !
( VO2
UTAH

!
Grounds HO20 #
*
Signs for HO19 !
( VO19
Ibapah #
*
!
(
Gold Hill VO18
Partoun
!

HO26 !
( !
( VO22
&
#
* !
( VO21
Goshute #
* *#
# * #
*
Ind. Res. HO27 !
(
!
(
16.4 HO28
]

##
**

To Ely, NV HO25 !
(
~92 miles !
(
HO24
#
*
!
(
MP 28 ! HO21A
Gold !
( HO21
Hill
11.4 Project *!
HO23 #( ( HO22
!
VO1
Sign for Area !
(!
(
VO12 !
(
#
* VO11
!
( !
( VO2
Gold Hill VO16 !
(!( VO10A * !
# (
Gold Hill ( VO10B
! Road trace
12.9 VO9 faint, nearly
5.0 #
* HO18 obliterated.
MP 15 6.1
!
Expr
ess 19.1 !
( VO14
Pony nyon
Sign for Ca Old Lincoln
Ov

3.2 13.7 #
*
er

Highway
Pony
lan

Ibapah
d

Express
Ca

#
*
#
*
ny

Road !
( HO17 #
*
on

#
*
#
*
HO12
10.6 Tooele !
( 0 500
County 4.1 #
*
]

Feet
Po
To Hwy US-93 Scale: 1:6,000

21
ny
Ex
~53 miles Juab pre VO8 1 inch = 500 feet
R17W
R18W

s !
(
Goshute Callao sT
rai
To Ely, NV County l
]

Indian
~92 miles
Reservation
To Hwy U-36
(5 miles north
of Vernon)
~93 miles

Project Boundary Mine Closure Method


Scale 1:12,000 2WD Road !
( BACKFILL (Machine)

0 500 1,000
1 inch = 1,000 feet

1,500 2,000 2,500 3,000


4WD Road
ATV Trail
!
( BACKFILL (Hand) Gold Hill Project
Feet !
( REBAR SHAFT GRATE
Patented Mining Claim
!
( BAT GATE or CMP GATE
0 0.1 0.2 0.3 0.4 0.5 Gold Hill Town
Miles !
( WALL (Block or Stone) Construction Specifications

±
AREA SHOWN BLM Administered Land !
( PUF or PUF/CMP Chapter 7: Maps
Base topography: State of Utah Land (SITLA) !
( Compound
Gold Hill & Clifton 7.5' USGS quads
#
* None Map 2
Abandoned Mine Reclamation Program Drawn by: JCR/UDOGM
Utah Division of Oil, Gas & Mining Plotted: April 25, 2007 Only sites that have closures specified are labeled.
Mine Locations & Specified Closures
1594 West North Temple, Suite 1210 Closures: June 15, 2006 (EA list)
P.O. Box 145801
Salt Lake City, UT 84114-5801

Das könnte Ihnen auch gefallen